Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-602 - 12/13/2016 - Approved
2016-602 . 12/13/16 M2016-157 McDonald Municipal Industrial 00 52 23 AGREEMENT This Agreement,for the Project awarded in December 13,2016,is between the City of Corpus Christi (Owner)and McDonald Municipal and Industrial—A Division of C.F.McDonald Electric.Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: STAPLES AND NAVIGATION WATER PUMP STATIONS ALTERNATE POWER GENERATION PROJECT NUMBER E12141 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Bath Engineering 5656 S.Staples Ste.110 Corpus Christi Texas,78411 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto,PE—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract limes commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No.E12141 xew06~22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF STAPLES AND NAVIGATION WATER PUMP STATIONS ALTERNATE POWER GENERATION PROJECT NUMBER E12141 p005�A� °QF°T �o ��► � .OF c J05E�B MARTINEZ�JRe r rrr�r a=araarar.rrrar*rsarrrar ��..�..�..89385...>��.. � � #�t1U8LA5 H to y.rrr ya.•r.++rya+array {! City fry ± 10 95 1 a......a";' 11 ON LP a. dpiv 4 1 I Corpus 4�' dl 20/6 rChristi BATH ENGINEERING 5656 S. STAPLES STE 110 CORPUS CHRISTI,TX. 78411 FIRM NO. F-829 Record Drawing Number WTR-451 00 01 00 TABLE OF CONTENTS Division Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Revo1-13-2016) 00 30 01 Bid Form (Reva1-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Revo6-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 006113 Performance Bond (Revol-13-2016) 006116 Payment Bond(Reva1-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Revo6-22-2016) 00 72 02 Wage Rate Requirements(Reva6-12-2015) 00 72 03 Minority/MBE/DBE Participation Policy(Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment{Rev01-13-2016} 013100 Project Management and Coordination (Revol-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation 013500 Special Procedures Table of Contents 000100-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Division/ Title Section 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications(NOT USED) Part T Technical Specifications 03 10 00 Concrete Forming and Accessories 03 20 00 Concrete Reinforcing 03 30 53 Cast-In-Place Concrete 26 05 00 Common Work Results For Electrical 260519 Low Voltage Power Conductors and Cables 26 05 23 Control Voltage Electrical Power Cables 26 05 26 Grounding and Bonding For Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73 Overcurrent Protection Device Coordination Study 26 32 13 Engine Generators 263601 Automatic Transfer Switches 32 31 14 Chain Link Fences and Gates 40 90 02.01 Summary of Work -Existing SCADA System Integration END OF SECTION Table of Contents 000100-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project: Staples And Navigation Pump Stations Alternate Power Generation Project No. E12141 Project consists of installing back-up generators at the Navigation Pump Station and the Staples Street Pump station sites. Project includes 480V generator with weatherproof enclosure&subbase fuel tank, automatic transfer switch,SCADA RTU&HMI programming modifications, and all concrete site work. 2.02 The Engineer's Opinion of Probable Construction Cost far the Project is$1,180,000. The Project is to be substantially complete and ready for operation within 180 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 PM on Ocotober 12,2016 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid,electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: Invitation to Bid and Instructions to Bidders 002113-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 All envelopes and packages(including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 PM on October 12,2016,at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.05 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on September 28,2016 at 10:00 AM at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 Vd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Invitation to Bid and Instructions to Bidders 002113-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 5.03 DPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE S—EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress,or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents,Addenda,and the related supplemental data. D. Notify the OAR of all conflicts,errors, ambiguities,or discrepancies that the Bidder discovers in the Contract Documents,Addenda,and the related supplemental data. E. Determine that the Contract Documents,Addenda,and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data,that the Bidder has given the DAR written notice of all conflicts, errors,ambiguities,and discrepancies that the Bidder has discovered in the Contract Documents,Addenda,and the related supplemental data and the written resolutions provided by the DAR are acceptable to the Bidder,and that the Contract Documents,Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda,and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m.seven (7)days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions,or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents,except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct,or change the Contract Documents,Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only Invitation to Bid and Instructions to Bidders 002113-3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%)of the greatest amount bid. 8.012 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids el ectro n ica I ly th rough the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3 . 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee,without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%)of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.012 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.013 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name,address,email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word"confidential" prominently on each page or sheet or on the cover of bound documents. Place"confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders 002113-5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals,or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration,evaluation,or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE{DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/MBE/DBE Participation Policy as indicated in SECTION 0072 03 MINORITY/MBE/DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts(1)of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 175 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CICS and to determine if you need to file a Farm ClQ please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney,submitted as required by Article 7. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal,State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors,Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions,qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid,OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 15 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 15 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 15 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 0. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of{i}all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce,equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal is submitted by (type or print name of company)on: October 12,2015 for Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street. Corpus Christi,Texas 78401 Attention: City Secretary Bid -Staples and Navigation Water Pump Stations Alternate Power Generation Projec t No. E12141 All envelopes and packages(including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost, progress,and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 003000-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests,studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF Bid Acknowledgement Form 003000-3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.05 of the General Conditions within 210 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTI DN 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTI DN 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTI DN 00 30 05 DISCLOSURE DF INTEREST. F. SECTI DN 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01. Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Farm to accompany all materials included in the submitted Bid. Bids which are not signed and dated in Bid Acknowledgement Form 003000-4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons"as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an"alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 00 30 01 BID FORM Project Name: Staples and Navigation Water Pump Stations Alternate Power Generation Project Number: E12141 Owner: City of Corpus Christi Bidder: OAR: Designer: Bath Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-Generator Installation(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Concrete & Earth Work LS 1 A3 Temporary Generator& Fuel EA 1 A4 Generator,Enclosure & Fuel tank EA 2 A5 JAutomatic Transfer Switch EA 2 A5 Electrical Work LS 1 A7 SCADA Integration LS 1 AS Fence Modifications(Navigation site only) LS 1 SUBTOTAL PART A-GENERAL(Items Al thru A8) Part B-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) B1 I AEP Electric Utility Allowance LS 1 $ 20,000.00 SUBTOTAL PART B-ALLOWANCES (Item 131) BID SUMMARY SUBTOTAL PART A-Generator Installation (Items Al thru A8) SUBTOTAL PART B-AEP Allowance(Item B1) TOTAL PROJECT BASE BID(PARTS A THRU B) Contract Times r idder agrees to reach Substantial Completion in 180 days idder agrees to reach Final Completion in 1 210 Jdays Bid Form Page 1 of 1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that. is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCITY— .. PURCHASING DIVISION ,...., cf CITY OF CORPUS CHRISTI ity ®f DISCLOSURE OF INTEREST us Christi City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: I. Corporation ❑ 2. Partnership3. Sole Owner E]0 4. Association 5. Other DISCLOSURE gUESTIONS If additional space is necessary+,please use the reverse side of thisage or attach separate sheet. 1. State the names of each 'employee" of the Ci of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm" Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest RevOl_13.2I116 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in,general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and comet as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: rryx or Prim) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NU ECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the owner as to quantity, quality,or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of Value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request,signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill mare than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 004516-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety,coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder,the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm,corporation, partnership,or other legal entity represented by the Bidder or anyone acting for such firm,corporation, partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders,final orders,and judicial final judgments. Notice of Violations and Statement of Experience 004516-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations far documentation of Compliance History,30 Texas Administrative Code,Chapter 60.2 (c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the "TCEQ"),the United States Environmental Protection Agency(the"EPA"), the U.S. Fish and Wildlife Service,the U.S.Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service,agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the"OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one(1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death,within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATE'MENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used,and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive,or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business(check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies, Firms,or Organizations Percent Ownership Organization History List of names that this organization currently, has,or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List.Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes far Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the FMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five(5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five(5)years?List Citations below (date and location of Citation)and provide full details in a separate attachment. if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. Has the Bidder,within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Goes the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. I Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes& Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 00 45 16-10 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS")Category 23 for each of the past five(5)years?Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers'compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months?Provide 7 documentation showing the nature of the inspection,the findings,and the ❑Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 00 45 16-11 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority'MBE/DBE Participation Pal icy Name Work to be Provided Estimated%of Contract Price Statement of Experience 00 45 16-12 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 00 45 16-13 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement,for the Project awarded in December 2016, is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: STAPLES AND NAVIGATION WATER PUMP STATIONS ALTERNATE POWER GENERATION PROJECT NUMBER E12141 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Bath Engineering 5656 S. Staples Ste. 110 Corpus Christi Texas,78411 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINED ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract.Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement 005223-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays,expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$750 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$750 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready far final payment in accordance with Paragraph 15.05 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely far the purpose of comparing Bids,and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 005223-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made far the amount determined per Paragraph 5.02.6, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of CAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may,at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.05 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government.Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress,and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 2. drawings of physical conditions relating to existing surface or subsurface structures at the Site, 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information,observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques,sequences,and procedures of construction to be employed by Contractor, and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations,explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the DAR written notice of all conflicts, errors,ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms,and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax Email END OF SECTION Agreement 005223-6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 06-22-2016 006113 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs, administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be seat may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev.01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands,Subsurface and Physical Conditions, Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment,and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 007200-1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers,andOthers....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.05 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.101 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities.........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work;Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal,or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections,and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards-Regular Projects 03-23-2015 Article 15—Payments to Contractor;Set-Offs;Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17—Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article1.8—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.05 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards-Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor`s Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards-Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution-The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check,certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price,Contract Times,or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards-Regular Projects 03-23-2015 13. Change Proposal-A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents;. c. Challenging a set-off against payment due;or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the p reco nstru ction conference or in the Notice to Proceed. 15. Claim-A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern-Asbestos, petroleum, radioactive materials, polychlorinated biphenyls(PCBs), hazardous wastes, and substances, products,wastes,or other materials that are or become listed, regulated,or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act,42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act,49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act,42 U.S.C. §§5901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act,33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to,or imposing liability or standards of conduct concerning hazardous,toxic,or dangerous waste, substance, or material. 17. Contract-The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times,or terms and conditions of the Contract for the new phase of Work;or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents-Those items designated as Contract Documents in the Agreement. 20. Contract Price-The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards-Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team-Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective-When applied to Work, refers to Work that is unsatisfactory,faulty,or deficient in that it: a. Does not conform to the Contract.Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility far the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings-The part of the Contract that graphically shows the scope,extent,and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition-The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards-Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers,architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations,ordinances, codes, and orders of governmental bodies,agencies, authorities,and courts having jurisdiction over the Project. 33. Liens-Charges,security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification-Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas,acting by and through its duly authorized City Manager and his designee,the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents,or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees-Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner,Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use-Use by Owner of a substantially completed part of the Work for the purpose for which it is intended(or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards-Regular Projects 03-23-2015 43. Progress Schedule-A schedule prepared and maintained by Contractor,describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein,the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples- Physical examples of materials,equipment,or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values-A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings,diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not,are not Drawings and are not Contract Documents. 51. Site-Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way,easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment,systems, standards,and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion-The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer,fabricator,supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00-10 Corpus Christi Standards-Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities;or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines, conduits, ducts, cables,wires, manholes,vaults,tanks,tunnels,other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity,gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television,water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 50. Work-The construction of the Project or its component parts as required by the Contract Documents. 51. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms"as allowed,""as approved," "as ordered," "as directed,"or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to"reasonable,""suitable," "acceptable,""proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work,or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00-11 Corpus Christi Standards-Regular Projects 03-23-2015 E. The use of the words"furnish,""install," "perform," and "provide" have the following meanings when used in connection with services, materials,or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services,materials,or equipment,complete and ready for their intended use. 4. Perform or provide the specified services, materials,or equipment complete and ready for intended use if the Contract Documents require specific services, materials,or equipment, but do not expressly use the words"furnish," "install," "perform,"or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind,class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words"furnish," "install," "perform," "provide,"or similar words include the meaning of the phrase"The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports,approvals, consents, documents,statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00-12 Corpus Christi Standards-Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and ane copy of the executed Contract Documents in electronic portable document format(PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference;. Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract,and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions,Supplementary Conditions, and General Requirements(Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents,the Work,the Site, local conditions, Laws and Regulations,and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00-13 Corpus Christi Standards-Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit,or otherwise restrict Specification text. 5. Provide the labor, documentation,services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result,whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations,and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00-14 Corpus Christi Standards-Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications,Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies,organizations,or associations,or to Laws or Regulations,whether specific or implied,are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes,or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors,ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the DAR. Do not proceed with affected Work until the conflict,error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the DAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the DAR of conflicts, errors,ambiguities,or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards,or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error,ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00-15 Corpus Christi Standards-Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01,except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts,errors, ambiguities,or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error,ambiguity,or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the DAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents,or copies or electronic media editions of the Contract Documents,other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 5 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00-16 Corpus Christi Standards-Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process,except as permitted by Paragraph 16.04,or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays,disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions,or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1,for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted,or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g.fires,floods, hurricanes,epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner,as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays,disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00-17 Corpus Christi Standards-Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract. Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract. Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00-25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.8 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00-26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract. Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.6 caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract. Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00-33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.0 and 15.05.0. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract. Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether director indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 50 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.0.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract. Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5, For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-50 03-23-2015 3, Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; j. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; P. q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract. Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.6 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 —SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that. the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates fora period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records fora minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00-57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00-60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises— Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim ❑ Required X Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents ■ Required X Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price ■ Required X Not. Required Insurance Requirements 007201-1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01 - 2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01 - 3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 RevO6-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01 - 4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 RevO6-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01 - 5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01 - 6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01 - 7 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 RevO6-22-2016 3, No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, ora coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01 - 8 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01 - 9 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01-10 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 RevO6-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) Wage Rate Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007202-2 REV 06-12-2015 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the E0 is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 3UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 Fringes ELECTRICIAN $ 13.37 2.58 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within Wage Rate Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007202-3 REV 06-12-2015 the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. A3 this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Wage Rate Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007202-4 REV 06-12-2015 Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor Wage Rate Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007202-5 REV 06-12-2015 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Wage Rate Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007202-6 REV 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Bath Engineering, Corpus Christi, Texas LNV Engineering, Corpus Christi, Texas B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Generators & Automatic Transfer Switches installed, commissioned and operational b. SCADA PLC & HMI graphics programmed and operational. Punch list items complete 2. Only the following items not yet complete in accordance with the Contract Documents: a. O&M documentation b. Training c. As -built redlines d. Final cleanup ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in Supplementary Conditions Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007300-1 11-25-2013 delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 19 rain days have been set for this Project. An extension of time due to rain days will be considered only after 19 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 007300-2 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Project consists of installing back-up generators at the Navigation Pump Station and the Staples Street Pump station sites. Project includes 480V generator with weatherproof enclosure & subbase fuel tank, automatic transfer switch, SCADA RTU & HMI programming modifications, and all concrete site work. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Staples Street Pump Station Improvements Project E12004 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Projector any specified Milestones. 1.04 WORK BY OWNER A. NONE. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. Summary of Work Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 011100-1 Rev 01-13-2016 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 011100-2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: NONE 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES 1. DESCRIPTION OF ALLOWANCES B. Allowance B1 — AEP Electric Utility Allowance 1. The sum of 520,000 to be used for build out costs from AEP associated with adjusting location of utility transformers. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. E. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. F. Where a percentage of the line value is allowed fora specified stage of completion, show the value for each stage of completion as a component of that line item cost. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-3 03-11-2015 B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-4 03-11-2015 Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-5 03-11-2015 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract. Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-6 03-11-2015 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-7 03-11-2015 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the fallowing costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 - Concrete and Earthwork: 1. This item shall be measured in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to complete this portion of project per plans and specifications: a. Concrete demolition; b. Concrete foundations; c. Concrete ductbank encasement & concrete patching; C. Bid Item A-3 — Temporary Generator: 1. This item shall be measured in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to provide: a. Temporary generator, fuel, and connection cables for temporary power. D. Bid Item A-4—Generators, Enclosures, Fuel tanks: 1. This item shall be measured in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to complete this portion of project per plans and specifications: a. Generator, enclosure & subbase fuel tank; b. Startup & commissioning c. Operational and maintenance training; E. Bid Item A-5 —Automatic Transfer Switches: 1. This item shall be measure in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to complete this portion of project per plans and specifications: a. Service entrance rated Automatic transfer switch; b. Startup & commissioning c. Operational and maintenance training; F. Bid Item A-6 — Electrical Work: 1. This item shall be measured in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to complete this portion of project per plans and specifications: a. Electrical demolition; b. New electrical equipment/devices , conduit, wire, grounding, terminations, c. SCADA wiring as required by SCADA contractor Measurement and Basis for Payment Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012901-2 Rev 01-13-2016 G. Bid Item A-7 —SCADA Integration: 1. This item shall be measured in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to complete this portion of project per plans and specifications: a. SCADA wiring and terminations b. PLC programming & Commissioning c. HMI programming & Commissioning H. Bid Item A-8 — Fence Modifications: 1. This item shall be measured in Lump sum. 2. Item shall include, but not limited to, all materials, labor, and equipment to complete this portion of project per plans and specifications: a. Fence demolition work b. Existing fence modifications as required for new gate. c. New personnel gate & installation 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item B-1 - AEP Electric Utility Allowance: 1. This item shall be measured in lump sum. 2. Contractor shall insert allowance figure in his bid. This item shall be used for unforeseen costs required by electric utility. Contractor shall submit proof of amount paid to electric utility. Final contract amount shall be adjusted to contract price accordingly. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 012901-3 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS (NOT APPLICABLE) A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that. the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Bath Engineering Joe Martinez, P.E. 361-992-2284 LNV Engineering Doug Lawrence P.E. 361-883-1984 Traffic Engineering 361-826-3547 Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 0133 00 DOCUMENT MANAGEMENT. Project Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 0131 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR, Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3, Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if riot in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Mari hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 0133 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract. Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. ssue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 03 10 00 Concrete Forming and Accessories 1.05 Shop Drawing 03 30 00 Cast -In -Place Concrete 1.02 Shop Drawing 26 05 19 Low -Voltage Electrical Power Conductors and Cables 1.4 Shop Drawing 26 05 23 Control Voltage Power Conductors 1.4 Shop Drawing 26 05 26 Grounding And Bonding For Electric Systems 1.3 Shop Drawing 26 05 33 Raceways And Boxes For Electrical Systems 1.4 Shop Drawing 26 05 43 Underground Ducts And Raceways For Electrical Systems 1.4 Shop Drawing 26 05 53 identification For Electrical Systems 1.3 Shop Drawing 26 05 73 Overcurrent Device Coordination Study 1.3 Shop Drawing 26 32 13 Engine Generator 1.4 Shop Drawing 26 36 01 Automatic Transfer Switch 1.3 Shop Drawing 32 3114 Chain Link Fence 1.3 Shop Drawing Submittal Register Alternative Capacity Power Generation Project No. E12141 0133 01-1 07-03-2014 Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 263213 Engine Generators 263600 Automatic Transfer Switches 323114 Chain Link Fence B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-1 11-25-2013 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-2 11-25-2013 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3, Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-3 11-25-2013 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-4 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-5 11-25-2013 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-6 11-25-2013 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract. Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-7 11-25-2013 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-8 11-25-2013 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.8 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013302-9 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 01 33 02-10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 013113 Contractors Record Documents 263213 Engine Generators 263500 Automatic Transfer Switches 323114 Chain Link Fence B. Include Record Data in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record data Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013303-1 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent. actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record data Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013303-2 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record data Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013303-3 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record data Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013303-4 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. c. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record data Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to; 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not. meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request fora change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times . B. Work shall be completed within the specified time for these items: Description Time Substantial Completion of entire project 180 calendar days Final Completion 210 Calendar days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Communications equipment, and 3. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; Special Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013500-1 11-25-2013 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Note to Specifier: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages (5 per hour) Water pumping capability 5 hours 5 hours $1,500 B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1- Water pumping capability: a. Contractor shall restore electrical service to pump station during electric construction outages with temporary generator as indicated on drawings to allow station to operate. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in recommending location of temporary generator, selection of pump for connection to temporary generator to restore water pumping capability, and facilitating access to SCADA HMI database. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 013500-2 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not; 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 0133 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract. Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J. Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.03 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.04 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. Temporary Facilities and Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015000-1 11-25-2013 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES (NOT USED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT (NOT REQUIRED) A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY ELECTRICAL UTILITIES A. Provide the temporary electrical power to maintain facility operation during major electrical outages. Pay all costs associated with furnishing temporary electrical utilities. 1. Provide temporary generator and fuel to provide electrical power to Navigation and Staples facility to feed site and/or equipment as indicated on drawings. Temporary Facilities and Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015000-2 11-25-2013 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. Temporary Facilities and Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015000-3 11-25-2013 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweepingjmopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS (NOT APPLICABLE) A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015700-4 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Creek. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact , Wastewater Pre -Treatment Coordinator at 361826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under [Bid Items X, Y, Z]. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description Temporary Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015700-5 11-25-2013 and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 0131 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 017000-3 11-25-2013 SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES PART 1 — GENERAL 1.01 SECTION INCLUDES Concrete Forming and Accessories. 1.02. RELATED REQUIREMENTS A. Section 03 30 00 — Cast -in -Place Concrete. B. Section 03 20 00 — Concrete Reinforcing. 1.03 REFERENCES A. American Concrete Institute (ACI): 1. 117 - Standard Specifications for Tolerances for Concrete Construction and Materials. 2. 347-48 — Recommended Practice for Concrete Framework. 3. 301-84 — Specification for Structural Concrete for Buildings. 4. 318-08 — Building Code Requirements for Structural Concrete. B. American Society for Testing of Materials (ASTM): 1. A 82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. A 153 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. A 167 - Standard Specification for Stainless and Heat Resisting Chromium -Nickel Steel Plant, Sheet, and Strip. 4. A 580 - Standard Specification for Stainless Steel Wire. 1.04 SYSTEM DESCRIPTION A. Design Requirements: 1. Design of concrete forms, false work, and shoring in accordance with local, state, and federal regulations. a. Contractor to provide design calculations for all concrete formwork signed and sealed by a Registered Professional Engineer currently licensed in the State of Texas. 2. Design forms and ties to withstand concrete pressures without bulging, spreading, or lifting of forms. CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 1 of 10 B. Performance Requirements: 1. Construct forms so that finished concrete conforms to shapes, lines, grades, and dimensions indicated on the Drawings. 2. It is intended that surface of concrete after stripping presents smooth, hard, and dense finish that requires minimum amount of finishing. 3. Provide sufficient number of forms so that the work may be performed rapidly and present uniform appearance in form patterns and finish. C. National Sanitary Foundation (NSF): 1. 61 - Drinking Water System Components: Health. 2. Use forms that are clean and free from dirt, concrete, and other debris. Coat with acceptable form release oil if required, prior to use or reuse. 1.05 SUBMITTALS A. Information on the CONTRACTOR's Proposed Forming System: Submit in such detail as the ENGINEER may require to assure himself that intent of the Specifications can be complied with by use of proposed system. B. Alternate Combinations of Plywood Thickness and Stud Spacing: May be submitted. 1. PS -1 : Construction and Industrial Plywood. 1.06 QUALITY ASSURANCE A. Qualifications of Formwork Manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years' experience, except as otherwise specified, or accepted in writing by the ENGINEER. B. Regulatory Requirements: Install work of this Section in accordance with local, state, and federal regulations. 1.07 PROJECT CONDITIONS A. Requirements Due to Weather Condition: 1. Removal of Formwork: Do not remove forms from concrete which has been placed when outside ambient air temperature is below 50 degrees Fahrenheit until concrete has attained specified strength as determined by test cylinders stored in field under equivalent conditions as concrete structure. PART 2 — PRODUCTS 2.01 MANUFACTURED UNITS A. Form Ties: 1. General: CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 2 of 10 a. Provide form ties for forming system selected that are manufactured by recognized manufacturer of concrete forming equipment. b. Do not use wire ties or wood spreaders of any form. c. Provide ties of type that accurately tie, lock, and spread forms. d. Provide form ties of such design that when forms are removed, they locate no metal or other material within 1-1/2 inches of the surface of the concrete. e. Do not allow holes in forms for ties to allow leakage during placement of concrete. 2. Cone -Snap or Flat Bar Form Ties: a. Cone -snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1/2 inches deep. b. Provide neoprene water seal washer that is located near the center of the concrete. 3. Taper Ties: a. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven, plugs are located in center third of wall thickness. b. Dry -Pack Mortar for Filling Taper Tie Holes: (1) Consist of mix of 1 part of Portland cement to 1 part of plaster sand. (2) Amount of water to be added to cement -sand mix is to be such that mortar can be driven into holes and be properly compacted. (3) Admixtures or Additives: Are not to be used in dry -pack mortar. B. Cardboard Carton Forms: 1. Provide corrugated paper void forms and accessories to properly create a temporary support for the placement of structural concrete over expansive soils. a. The void form composition must be of corrugated paper material with a moisture resistant exterior, and having an interior fabrication of a uniform, medium/liners and a moisture -resistance adhesive. b. All products must be capable of sustaining the loads applied by wet concrete until the concrete members become self-supporting. Forms shall maintain full void depth indicated on drawings. c. The upper portion of each drilled pier must be properly formed and contained to the designated diameter, and must be correctly voided at the intersection with grade beams or structural slabs by using a pre - manufactured, non -field cut, sealed void form with curved, radial, vertical edge adjacent to pier. CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 3 of 10 d. Where supports for reinforcing steel are placed directly on void forms, protective cover sheets of 1/4 -inch cardboard must be placed over void forms to distribute working load, bridge small gaps, and protect void material from puncture and other damage during concrete placement. C. Void Backfill Retainer: 1. Provide a backfill retainer to prevent the migration of backfill material into the voided area. a. Backfill retainer shall be a permanent material composed of HDPE or 1/4 -inch Portland cement board. (1) Manufacturers: (a) SureVoid Products, Inc. - Motzblock HDPE retainer or equal. (b) USG Corporation - Durock Cement Board or equal. D. Built -Up Plywood Forms: 1. Built-up plywood forms may be substituted for prefabricated forming system subject to following minimum requirements: a. Size and Material: (1) Full size 4 -by 8 -foot plywood sheets, except where smaller pieces are able to cover entire area. (2) Sheet Construction: 5 -ply plywood sheets, 3/4 -inch nominal, made with 100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement. b. Wales: Minimum 2 -by 4 -inch lumber, Southern Yellow Pine No. 2, with grade stamp clearly visible. c. Studding and Wales: Contain no loose knots and be free of warps, cups, and bows. E. Steel or Steel Framed Forms: 1. Steel Forms: Provide forms that are: a. Rigidly constructed and capable of being braced for minimum deflection of finish surface. b. Capable of providing finish surfaces that are flat without bows, cups, or dents. 2. Steel Framed Plywood Forms: CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 4 of 10 a. Provide forms that are rigidly constructed and capable of being braced. b. Plywood Paneling: 5 -ply, 5/8 -inch nominal or 3/4 -inch nominal, made with 100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement. F. Incidentals: 1. External Angles: a. Where not otherwise indicated on the Drawings, provide with 3/4 -inch bevel, formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, slabs, walls, beams, columns, and openings. b. Provide 1/4 -inch bevel formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, walls, and slabs at expansion and construction joints. 2. Keyways: Steel, plastic, or lumber treated with form coating, applied according to label directions. 3. Dovetail Anchor System: System consisting of dovetail slots cast into the concrete, dovetail anchors that tie the masonry veneer to dovetail slots, and continuous wires that are embedded in the masonry and connect to the dovetail anchors: a. Dovetail Slot: 18 gauge, Type 304 stainless steel in accordance with ASTM A 167, foam filled, and in 10 -foot lengths. Manufacturers: One of the following or equal: (1) Hohmann and Barnard, Inc., Hauppauge, NY, Model No. 305. (2) Heckmann Building Products, Inc., Chicago, IL, Model No. 100. b. Dovetail Anchors: 23 gauge, 1 inch wide, Type 304 stainless steel in accordance with ASTM A 167, and with seismic notch for attachment to wire embedded in masonry. Manufacturers: One of the following or equal: (1) Hohmann and Barnard, Inc., Hauppauge, NY, Model No. 303SV. (2) Heckmann Building Products, Inc., Chicago, IL, Model No. 361. c. Wire Reinforcement: 9 gauge, Type 304 stainless steel wire in accordance with ASTM A 580. Manufacturers: One of the following or equal: (1) Hohmann and Barnard, Inc., Hauppauge, NY. (2) Heckmann Building Products, Inc., Chicago, IL. CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 5 of 10 PART 3 — EXECUTION 3.01 EXAMINATION A. Site Verification of Conditions: 1. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. a. Contact Engineer 48 hours prior to placing concrete to verify form work placement. 3.02 INSTALLATION A. Forms and Accessories: 1. Vertical Forms: a. Remain in place minimum of 36 hours after concrete is placed. b. If, after 36 hours, concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed. 2. Other Forms Supporting Concrete and Shoring: Remain in place as follows: a. Sides of Footings: 24 hours minimum. b. Vertical Sides of Beams, Girders, and Similar Members: 36 hours minimum. c. Slabs, Beams, and Girders: Until concrete strength reaches specified strength fc or until shoring is installed. d. Shoring for Slabs, Beams, and Girders: Shore until concrete strength reaches specified strength. e. Wall Bracing: Brace walls until concrete strength of beams and slabs laterally supporting wall reaches specified strength. 3. Green Concrete: a. No heavy loading on green concrete will be permitted. b. Green concrete is defined as concrete with less than 100 percent of specified strength fc. 4. Immediately after forms are removed, carefully examine concrete surfaces, and repair any irregularities in surfaces and finishes as specified in Section 03 30 00. B. Form Ties: CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 6 of 10 1. Cone -Snap Rod and Bar Ties: Tie forms together at not more than 2 -foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows: a. Remove form ties from surfaces. b. Roughen cone shaped tie holes by heavy sandblasting before repair. c. Dry pack cone shaped tie holes with dry -pack mortar. 2. Taper Ties: a. After forms and taper ties are removed from wall, plug tie holes with neoprene plug as follows: (1) Heavy sandblast and then clean tie holes. (2) After cleaning, drive neoprene plug into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. (3) Locate steel rod in cylindrical recess, made in plug, during driving: (a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry -Pack of Taper Tie Holes: After installing plugs in tie holes: (1) Coat tie hole surface with epoxy bonding agent and fill with dry - pack mortar: (a) Dry -Pack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. (b) Dry -pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. (c) Wall surfaces in area of dry -packed tie holes: On the water side of water containing structures and the outside of below grade walls: (1) Cover with minimum of 10 mils of epoxy gel. (2) Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past dry -pack mortar filled tie holes. (3) C. Built -Up Plywood Forms: Provide finish surfaces that are free from sand streaks or other voids. CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 7 of 10 1. Studs: a. Spaced at 16 inches or 24 inches on center. b. Closer spacing may be required depending upon strength requirements of the forms, in order to prevent any bulging surfaces on faces of finished concrete work. c. Install studs perpendicular to grain of exterior plys of plywood sheets. 2. Wales: Form wales of double lumber material with minimum size as specified in this Section. 3. Number of Form Reuses: Depends upon durability of surface coating or overlay used, and ability to maintain forms in condition such that they are capable of producing flat, smooth, hard, dense finish on concrete when stripped. a. Do not reuse wood formwork more than 3 times for concrete surfaces to be exposed to view, unless approved by Engineer. D. Steel or Steel Framed Forms: 1. Steel Forms: a. Adequately brace forms for minimum deflection of finish surface. 2. Steel Framed Plywood Forms: a. Rigidly construct and brace with joints fitting closely and smoothly. b. Number of Form Reuses: Depends upon durability of surface coating or overlay used. 3. Built -Up Plywood Forms: As specified in this Section may be used in conjunction with steel forms or steel framed plywood forms for special forming conditions such as corbels and forming around items which will project through forms. E. Bracing and Alignment of Forms: 1. Line and Grade: Limit deviations to tolerances which will permit proper installation of structural embedded items or mechanical and electrical equipment and piping. 2. Formwork: a. Securely brace, support, tie down, or otherwise hold in place to prevent any movement. b. Make adequate provisions for uplift pressure, lateral pressure on forms, and deflection of forms. 3. When Second Lift is Placed on Hardened Concrete: Take special precautions in form work at top of old lift and bottom of new lift to prevent: a. Spreading and vertical or horizontal displacement of forms. CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 8 of 10 b. Grout "bleeding" on finish concrete surfaces. 4. Pipe Stubs, Anchor Bolts, and Other Embedded Items: Set in forms where required. 5. Cracks, Openings, or Offsets at Joints in Formwork: Close those that are 1/16 -inch or larger by tightening forms or by filling with acceptable crack filler. F. Incidentals: 1. Keyways: Construct keyways as indicated on the Drawings. 2. Reentrant Angles: May be left square. 3. Level Strips: Install level strips at top of wall concrete placements to maintain true line at horizontal construction joints. 4. Inserts: a. Encase pipes, anchor bolts, steps, reglets, castings, and other inserts, as indicated on the Drawings or as required, in concrete. b. Use dovetail anchors in conjunction with slots as specified in this Section and as may be necessary for required work. G. Pipe and Conduit: 1. Install pipe and conduit in structures as indicated on the Drawings, and seal appropriately. H. Application - Form Release Agent 1. Apply form release agent on formwork in accordance with manufacturer's recommendations. 2. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. 3. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. (Note: coatings scheduled for certain concrete surfaces.) Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. INSERTS, EMBEDDED PARTS, AND OPENINGS 1. Provide formed openings where required for items to be embedded in or passing through concrete work. 2. Locate and set in place items which will be cast directly into concrete prior to the pouring of the concrete. 3. Coordinate work of other Sections in forming and placing openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts and appurtenances. 3.03 CONSTRUCTION CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 9 of 10 A. Tolerances: 1. Finish concrete shall conform to shapes, lines, grades, and dimensions indicated on the Drawings. 2. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. 3. General: In accordance with ACI 117, paragraphs 2.1 through 2.2 and paragraphs 4.0 through 4.6, except as modified in following: a. Slabs: (1) Slope: Uniformly sloped to drain when slope is indicated on the Drawings. (2) Slabs Indicated to Be Level: Have maximum deviation of 1/8 - inch in 10 feet without any apparent changes in grade. b. On Circular Tank Walls: The CONTRACTOR may deviate from finish line indicated on the Drawings by use of forms with chord lengths not to exceed 2 feet. c. Inserts: Set inserts to tolerances required for proper installation and operation of equipment or systems to which insert pertains. d. Maximum Tolerances: As follows: Item Tolerance Sleeves and Inserts Plus 1/8 Minus 1/8 inches Projected Ends of Anchor Bolts Plus 1/4 Minus 0.0 inches Anchor Bolt Setting Plus 1/16 Minus 1/16 inches 4. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. END OF SECTION CONCRETE FORMING AND ACCESSORIES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 10 00 Page 10 of 10 SECTION 03 20 00 CONCRETE REINFORCING PART 1 - GENERAL 1.01 DESCRIPTION This specification shall govern for the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 1.02 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referred in the text by the basic designation only. A. American Society for Testing and Materials (ASTM) publication: ASTM A-615 Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement B. American Concrete Institute (ACI) publication: ACI 318-08 PART 2 - PRODUCTS 2.01 MATERIAL Building Code Requirements for Reinforced Concrete A. Unless otherwise designated on the plans, all bar reinforcement shall be deformed and shall conform to ASTM A-615, Grade 60. B. In cases where the provisions of this specification are in conflict with the provisions of the ASTM designation to which reference is made, the provisions of this specification shall govern. PART 3 - EXECUTION 3.01 BENDING A. Reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. B. Irregularities in bending shall be cause for rejection. C. Bending shall be in accordance with ACI 318-08. 3.02 TOLERANCES: Fabricating tolerances shall be in accordance with ACI 318-08. 3.03 STORING A. Steel reinforcement shall be stored above the surface of the ground upon platforms, skids, or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. CONCRETE REINFORCING Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 20 00 Page 1 of 2 B. When placed in the work, reinforcement shall be free from dirt, grease, oil, or other foreign materials. C. Reinforcement shall be free from injurious defects such as cracks and laminations. 3.04 SPLICES: Splicing of bars shall be accomplished in accordance with the method noted on the drawings. 3.05 PLACING A. Reinforcement shall be placed as nearly as possible in the position shown on the plans. B. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. C. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plane placement by more than 1/12 of the spacing between bars. D. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plane placement by more than 1/4 inch. E. Cover of concrete to the nearest surface of steel shall meet the above requirements, but shall never be less than 3 inches unless otherwise shown on the plans. 3.06 CHAIRS: The reinforcing steel shall be spaced its required distance from the form surface by means of approved hot -dip galvanized metal spacers with plastic coated tips, stainless steel spacers. or plastic spacers. 3.07 TYING: A. All reinforcing steel shall be tied at all intersections, except where spacing is less than 1 foot in each direction, alternate intersections only need to be tied. B. Reinforcement shall be supported and tied in such a manner as to provide a sufficiently rigid cage of steel. C. If the cage is not adequately supported to resist settlement or floating upward of the steel, over -turning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. D. Sufficient measurements shall be made during concrete placement to insure that the reinforcement remains in the proper position. 3.08 INSPECTION: No concrete shall be deposited until the Engineer has inspected the reinforcing steel and given permission to proceed. END OF SECTION CONCRETE REINFORCING Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 20 00 Page 2 of 2 SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART 1 - GENERAL 1.01 GENERAL A. This item shall govern for the construction of all types of structures involving the use of concrete, except where the requirements are waived or revised by other governing specifications. B. This item shall also govern the materials used, the storing and handling of material, and the proportioning and mixing of concrete. 1.02 SUBMITTALS A. Contractor Mix Design: 1. Fifteen days minimum prior to concrete placement, submit to the Engineer a mix design for each strength and type of concrete. 2. Furnish a complete list of materials including type; brand; source and amount of cement, fly ash, and admixtures; applicable reference specifications; and copies of test reports showing that the mix has been successfully tested to produce concrete with the properties specified and will be suitable for the job conditions. 3. Obtain approval by Engineer before concrete placement. B. Certificate of Compliance: Submit to the Engineer for approval. 1. Aggregates 2. Admixtures 3. Cement 4. Fly Ash 5. Epoxy Grout C. Catalog Data and/or Drawings: Submit to the Engineer for approval. 1. Materials for curing and sealing concrete 2. Neoprene Bearing Pads 1.03 DELIVERY Do not deliver concrete until forms, reinforcement, embedded items, and chamfer strips are in place, inspected by engineer and ready for concrete placement. 1.04 APPLICABLE PUBLICATIONS ASTM C150-81 Standard Specification for Portland Cement ASTM C33-82 Standard Specification for Concrete Aggregate CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 1 of 12 ASTM C39-81 Standard Method of Test for Strength of Cylindrical Concrete Specimens ASTM C42-84aObtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM 0192-81 Standard Method of Making and Curing Concrete Test Specimens in the Laboratory ASTM C172-82Standard Method of Sampling Fresh Concrete ASTM 0143-78SIump of Portland Cement Concrete ASTM C31-69 Standard Method of Making and Curing Concrete Test Specimens in the Field ASTM C94-81 Standard Specification for Ready Mixed Concrete ASTM C78 Method of Test for Flexural Strength of Concrete ASTM C231-82Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260-86Air Entraining Admixtures for Concrete ASTM C494-86Chemical Admixtures for Concrete ASTM C496-71 Method of Test for Splitting Tensile Strength of Cylindrical Concrete Specimens ASTM D-1751 Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM C109-86Compressive Strength of Hydraulic Cement Mortars ACI 301-84 Specification for Structural Concrete for Buildings ACI 318-08 Building Code Requirements for Structural Concrete ACI 347-48 Recommended Practice for Concrete Framework PART 2 - PRODUCTS 2.01 CONCRETE A. Contractor -Furnished Mix Design: Concrete shall have a 28 -day compressive strength of 4000 psi unless noted otherwise on the drawings and shall be high early strength. Admixtures shall not contain chloride ions in any form. B. Consistency of concrete mixtures shall be such that: 1. The mortar will cling to the coarse aggregate. 2. The aggregates will not segregate in the concrete when it is transported to the place of deposit. 3. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile, but the edge of the pile will stand and not flow. 4. The concrete and mortar will show no free water when removed from the mixer. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 2 of 12 5. The concrete will slide and not flow into place when transported in metal chutes at an angle of thirty (30) degrees with the horizontal. 6. The surface of the finished concrete will be free of a surface film of "Iaitance". 7. Field measured slump shall not exceed 4" for concrete (plus/minus 1") at foundation. C. Slump Requirements: 1. The maximum allowable slump may be increased for concrete utilizing fly ash for 25 percent of the total cementitious material for building walls, building columns, and building grade beams. Allowable slump may be increased to 7" if superplasticizers are used. 2. Allowable slump for walls, footing, beams, and slabs of the headwall structures shall be within the following limits: Slump in Inches Element Minimum Maximum Slabs and beams 2.02 MATERIALS 3 5 A. Cement 1. Cement used to make the concrete shall be Type III, conforming to ASTM C150. 2. Cement shall be of a standard brand manufactured by a reputable firm. 3. Only one brand of cement will be permitted unless otherwise authorized by the Engineer. 4. Bulk cement shall not be used except as set forth in Paragraph 2.06, "Ready Mixed Concrete". 5. Each bag of cement shall be plainly marked with the name of manufacturer and shall weigh no less than 94 pounds net. 6. Cement must be in good condition at the time it is delivered and it shall be properly protected against dampness after delivery. 7. No cement will be accepted which has become caked. B. Mixing Water: 1. Water used in mixing concrete shall be reasonably clean and free from injurious amounts of oils, acids, alkali, salts, organic materials or other substances that may be deleterious to concrete or steel. 2. Water suitable for drinking purposes will be considered acceptable. 3. Water to cement ratio shall not exceed 0.45 for 4000 psi concrete. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 3 of 12 C. Aggregates 1. The source of supply of fine and coarse aggregates shall be approved by the Engineer before any material is delivered. If required, samples of the fine or coarse aggregates shall be submitted to the Engineer for approval. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 4 of 12 2. Each sample shall be accompanied by complete information as to the source, name of producer, capacity and type of plant. 3. Aggregates shall conform to the "Specification for Concrete Aggregates", ASTM C33, except that with written permission of the Engineer, aggregates may be used which have shown by tests or actual service that they will produce concrete of the required strength, durability, water tightness, fire resistance and wearing qualities. 4. The nominal maximum size of the aggregate shall be no larger than 1" unless otherwise indicated on the plans or approved by the Engineer. D. Admixtures: 1. If required, use: a. Air -entraining admixtures conforming to ASTM C-260. b. Water -reducing admixtures conforming to ASTM C-494, Type A. c. Water -reducing set retardant conforming to ASTM C-494, Type D. d. High -range water reducing admixture conforming to ASTM C-494, Type F and/or Type G. e. Prohibited admixtures include calcium chloride, thiocyanates, and all admixtures that contribute free chloride ion in excess of .1% by weight of cement. 2.03 REINFORCING A. Reinforcing incorporated in Concrete Structures shall be in accordance with the Section 03 21 00, "Concrete Reinforcing". 2.04 READY MIXED CONCRETE A. Ready mixed concrete shall be manufactured and delivered to the prescribed work site in a freshly mixed and unhardened state as hereinafter specified and as set forth in "Specification for Ready Mixed Concrete" (ASTM C94). B. Materials: Unless otherwise specified, the cement, mixing water, aggregates, and air - entraining admixture shall be the same as set forth in Paragraphs 2.01 through 2.04. C. Quality of Concrete: The quality of ready -mix concrete shall be the same as set forth in Paragraph 1.02. D. Tolerances in Slump: When the specified slump is 3 inches or less, the tolerance shall be + 1/2 inch. When the specified slump is greater than 3 inches, the tolerances shall be + 1 inch except where maximum slumps are specified. The Contractor shall be held responsible for the concrete being within the permissible ranges of slumps. E. Mixing and Delivery: 1. Ready mixed concrete shall be mixed and delivered to the prescribed work point by means of one of the following combinations of operations: a. Central Mixed Concrete b. Shrink Mixed Concrete CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 5 of 12 c. Truck Mixed Concrete 2. Mixers shall be operated within the limits of capacity and speed of rotation designated by the manufacturer of the equipment. 3. When concrete is completely mixed in a truck mixer, 70 to 100 revolutions at the mixing speed designated by the manufacturer are usually required to produce the uniformity of the concrete desired. 4. Additional revolutions of the mixer beyond the number found to produce uniformity of the concrete shall be at designated agitating speed. 5. When a truck mixer is used for delivery of concrete, no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water, except when on arrival at the job site the slump of the concrete is less than that specified. F. Tests: Tests shall be made on the concrete as set forth in Paragraph 3.11. G. Concrete shall not be placed when the temperature is 45 degrees F or less and falling. It may be placed with the temperature at 45 degrees F or more and rising provided there is no reason to expect a drop to below 45 degrees F within 12 hours of the conclusion of the placement. H. Certification: The manufacturer of the concrete shall furnish to the Contractor with each batch of concrete before unloading at the site, a delivery ticket on which is printed, stamped or written the following information: 1. Name of ready mix batch plant 2. Serial number of ticket 3. Date and truck number 4. Name of Contractor 5. Designation of job 6. Class or designation of concrete 7. Amount of concrete (cubic yards) 8. Time loaded 9. Water added by receiver of concrete and his initials 10. Type, name and amount of admixture PART 3 - EXECUTION 3.01 GENERAL CONSTRUCTION REQUIREMENTS A. Before beginning work, the Contractor shall inform the Engineer fully on the methods of construction, which he proposes to follow, including the amount and character of the equipment which he plans to use on the work. B. Concurrence on the part of the Engineer in any proposed method of construction, approval of equipment, or the approval of concrete form plans shall not be considered as relieving the Contractor of any responsibility for the safety or correctness of his method of construction, or for the adequacy of his equipment to carry out and complete the work in accordance with the Contract Documents. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 6 of 12 C. The Contractor shall be responsible for the protection of all concrete placed under any and all weather conditions. 3.02 FORMS A. Forms shall result in a final structure which conforms to the shape, lines, and dimensions as required by the plans and specifications, and shall be substantial and sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape. Forms and their supports shall be designed so that the previously placed structure will not be damaged. B. Forms shall be designed with consideration of rate, method of placing concrete, and construction loads to be encountered, including vertical, horizontal, and impact loads. Form plans shall be submitted to the Engineer for approval before fabricating. Approval by the Engineer shall in no way relieve the Contractor of his responsibility to provide forms adequate and satisfactory for the purpose required. The forms shall be constructed so as to permit easy removal after the concrete has set. All forms shall be set and maintained to the proper lines and grades shown on the plans until such time as the concrete has hardened sufficiently that the forms can be removed without damaging the concrete. The face of all forms that come in contact with the concrete shall be treated with oil before setting. All forms shall be thoroughly wetted before placing of the concrete begins and any metal or wooden spreaders which are used to separate the forms shall be removed as the concrete is placed. C. Unless otherwise noted on plans, formwork shall be constructed so that concrete surfaces will conform to the tolerance limits listed in Table 4.3.1 of ACI 301-84. D. Forms shall be removed in such manner as to insure the complete safety of the structure. Where the structure as a whole is adequately supported on shores, side forms for beams, and similar vertical forms may be removed after 36 hours, provided the concrete is sufficiently strong not to be injured thereby. E. See Specification 031 0 00 — Concrete Forming and Accessories for complete requirements. 3.03 PLACING CONCRETE A. General: 1. The Contractor shall give the Engineer sufficient advance notice before beginning the placing of any concrete to permit an inspection to be made of the forms, reinforcing steel placement and the preparations for placing the concrete. 2. When it is necessary to continue mixing, placing and finishing concrete after daylight hours, the work area shall be brilliantly lighted so that all operations are plainly visible. 3. In general, concrete placing shall be so regulated that all finishing operations will be completed during daylight hours. B. During Rain: 1. The Contractor shall not place concrete when impending weather may result in CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 7 of 12 rainfall or low temperatures, which might impair the quality of the finished work. In no case will concrete be placed when the surrounding air temperature is less that 45 degrees F. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 8 of 12 2. Protection and/or heat must be provided where necessary to insure concrete temperatures above 50 degrees F for 72 hours after placement and above 40 degrees F for an additional 72 hours. 3. The Contractor shall provide ample covering to protect the work in case rainfall should occur after placing operations have begun. C. During Hot Weather: 1. Placing concrete for exposed surfaces during extreme hot weather shall be avoided. 2. Where necessary to prevent excessive concrete temperature or evaporation of water from concrete during hot weather placement, the operation shall be shielded from sun if possible, cooling of mix ingredients and an approved retarding agent shall be used in the concrete. 3. Concrete temperature, at time of delivery, shall not exceed 85° F. Any temperature above this will not be accepted. Measures shall be taken to ensure proper temperature at time of placement. 3.04 DEPOSITING CONCRETE A. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to re -handling or flowing. B. The concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the bars. 3.05 VIBRATING CONCRETE A. Immediately after placing, the concrete shall be compacted by internal concrete vibrators supplemented by hand spading, rodding, and tamping. B. Air entrained concrete shall not be vibrated for over 12 seconds. C. Vibrators shall not be used to transport concrete inside forms. D. The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. E. Duration of vibration shall be limited to time necessary to produce satisfactory consolidation without causing objectionable segregation. F. Vibrators shall be applied at uniformly spaced points not farther apart than the visible effectiveness of the machine. 3.06 CONSOLIDATION Where conditions make consolidation difficult or where reinforcement is congested, batches of mortar containing the same proportions of cement, sand, and water used in the concrete shall first be deposited in the forms to a depth of at least one inch. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 3 of 12 3.07 TRANSPORTING REQUIREMENT A. Concrete mixed in stationary mixers or paving mixers and transported by non -agitating equipment shall be placed in the forms within 45 minutes from the time ingredients are charged into the mixing drum. B. Concrete that is truck mixed or transported in truck mixers or truck agitators shall be delivered to the site of the work and discharge completed in the forms within the time specified in ASTM C94, except that when the concrete temperature exceeds 85 degrees F, the time shall be reduced to 45 minutes. C. Transit -mixed concrete that is completely mixed at the site of concrete placement or batched cement and aggregates transported to mixers shall be placed in forms within 1-1/2 hours after cement has been added. D. Concrete shall be placed in forms within 15 min. after discharge from mixer at the job site. 3.08 SURFACE FINISHES (Except Floor and Slab Finishes) A. Defects: Repair formed surfaces by removing minor honeycombs, pits greater than one square inch surface area or 0.25 inch maximum depth or otherwise defective areas. Provide edges perpendicular to the surface and patch with non -shrink grout. Patch tie holes and defects when the forms are removed. Concrete with extensive honeycomb (including exposed steel reinforcement, cold joints, entrapped debris, separated aggregate, or other defects) which affect the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete shall not vary more than the allowable tolerances of ACI 347. Exposed surfaces shall be uniform in appearance and finished to a smooth form finish unless otherwise specified. B. Not Against Forms (Top of Walls): Surfaces not otherwise specified shall be finished with wood floats to even surfaces. Finish shall match adjacent finishes. C. Formed Surfaces: 1. As -Cast Rough Form Finish (for Surfaces Not Exposed to Public View): Remove fins and other projections exceeding 0.25 inches in height; level abrupt irregularities. 2. As -Cast Smooth Form Finish (for Surfaces Exposed to Public View): Form facing material shall produce a smooth, hard, uniform texture on the concrete. Remove fins and other projections. D. Smooth Rubbed Finish: Provide concrete with a smooth form finish. Provide on newly hardened concrete within 24 hours following form removal. Wet surfaces and rub with an abrasive tool to produce uniform color and texture. Use only the cement paste drawn from the concrete rubbing process. E. Unindicated Finish: Finishes not indicated on the drawings shall be as follows: 1. Rough Form Finish: For all concrete surfaces not exposed to public view. 2. Smooth Form Finish: For all concrete surfaces exposed to public view, including vertical surfaces in electrical pull boxes and manholes. CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 10 of 12 3.09 FLOOR AND SLAB FINISHES AND MISCELLANEOUS CONSTRUCTION A. Finish: Place, consolidate, and immediately strike off concrete to obtain proper contour, grade, and elevation before bleed -water appears. Permit concrete to attain a set sufficient for floating and supporting the weight of the finisher and equipment. If bleed -water is present prior to floating the surface, drag the excess water off or remove by absorption with porous materials. Do not use dry cement to absorb bleed -water. 3.10 CURING A. After placing the finishing on the concrete, it shall be covered with cotton mats or two (2) thicknesses of burlap and kept continuously moist for at least seven (7) days. B. A curing compound, which may be sprayed on the surface of the concrete to prevent evaporation of moisture, may be used with the Engineer's prior approval. This curing compound must be compatible with the sealer. 3.11 TESTS A. Compressive Strength Tests: 1. During progress of the work, an independent commercial laboratory acceptable to the Owner and retained by the Contractor at his expense, shall take samples of concrete for strength tests not less than once for each day, nor less than once for each 50 cubic yards of concrete placed and any fraction thereof. 2. Six 6 -inch by 12 -inch test cylinders or seven 4 -inch by 8 -inch test cylinders shall be taken at each sampling. 3. The samples shall be taken in accordance with "Method of Sampling Fresh Concrete" (ASTM C172). 4. Cylinders for compressive strength tests shall be molded and laboratory cured in accordance with "Strength Test Specimens in the Field" (ASTM C31) and tested in accordance with "Method of Test for Compressive Strength of Molded Concrete Cylinders" (ASTM C39). 5. Two cylinders shall be tested at 3 days, one cylinder shall be tested at 7 days, and two 6 -inch by 12 -inch cylinders or three 4 -inch by 8 -inch cylinders shall be tested at 28 days with one cylinder held in reserve. 6. Each strength test result shall be the average of two 6 -inch by 12 -inch cylinders or three 4 -inch by 8 -inch cylinders from the same sample tested at 28 days. 7. Extra cylinders shall be used for additional testing if required. B. Slump Tests: 1. Take concrete samples during concrete placement in accordance with ASTM C 143. 2. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water -cement ratio is not exceeded. 3. Perform tests at commencement of concrete placement, when test cylinders are CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 11 of 12 made, and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. C. Failures to Meet Strength Requirements: 1. The Engineer shall have the right to require changes in proportions, or to require additional curing on those portions of the structure represented by the test specimens, which failed. 2. If additional curing does not give the strength required, the Engineer shall have the right to require strengthening or removal and replacement of those portions which fail to develop required strength. 4. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: No. Days Consecutive Placing of Any One Percent of Strength Class of Concrete Specified 1 85 2 95 3 95 5 or more 100 4. When additional curing of portions of the structure is ordered by the Engineer, it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. 5. In no case shall the contractor be required to provide such additional curing beyond a total of 21 days, except where average strengths of specimens, representing concrete placed on any three consecutive days, fall below 80% of the value specified in Paragraph 2.01.A. In this case, curing shall be contained until cores drilled from portions of the structure involved show an average strength equal to that specified in Paragraph 2.01.A. Cores shall have a diameter of approximately three times the maximum size of aggregate and shall be tested in accordance with ASTM Specification C42-84. D. Two copies of all test reports shall be furnished directly to the Owner. E. The Contractor shall notify the testing laboratory and Engineer the day before concrete is placed. END OF SECTION CAST -IN-PLACE CONCRETE Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 03 30 00 Page 12 of 12 SECTION 260500 - COMMON WORK RESULTS FOR ELECTRICAL 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. L2 SUMMARY A. Section Includes: 1. Electrical equipment coordination and installation. 2. Sleeves for raceways and cables. 3. Sleeve seals. 4. Grout. 5. Common electrical installation requirements. 1.3 DEFINITIONS A. EPDM: Ethylene -propylene -diene terpolymer rubber. B. NBR: Acrylonitrile -butadiene rubber. 1.4 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: 1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2. To provide for ease of disconnecting the equipment with minimum interference to other installations. 3. To allow right of way for piping and conduit installed at required slope. 4. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. B. Coordinate installation of required supporting devices and set sleeves in cast -in-place concrete, masonry walls, and other structural components as they are constructed. COMMON WORK RESULTS FOR ELECTRICAL Staples and Navigation Water Punip Stations Alternate Power Generation Project No. E12141 260500 - 1 PART 2 - PRODUCTS 2.1 SLEEVES FOR RACEWAYS AND CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel. 1. Minimum Metal Thickness: a. For sleeve cross-section rectangle perimeter less than 50 inches (1270 mm) and no side more than 16 inches (400 mm), thickness shall be 0.052 inch (1.3 mm). b. For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches (1270 mm) and 1 or more sides equal to, or more than, 16 inches (400 mm), thickness shall be 0.138 inch (3 5 mm) 2.2 SLEEVE SEALS A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc. e. Approved equal. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.3 GROUT A. Nonmetallic, Shrinkage -Resistant Grout: ASTM C 1107, factorypackaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30 -minute working time. COMMON WORK RESULTS FOR ELECTRICAL Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260500 - 2 PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall -mounting items. C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. E. Right of Way: Give to piping systems installed at a required slope. 3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate concrete slabs, concrete or masonry walls, or fire -rated floor and wall assemblies. B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls or core drill if existing. C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. D. Cut sleeves to length for mounting flush with both surfaces of walls. E. Extend sleeves installed in floors 2 inches (50 mm) above finished floor level. F. Size pipe sleeves to provide 1/4 -inch (6.4 -mm) annular clear space between sleeve and raceway or cable, unless indicated otherwise. G. Seal space outside of sleeves with grout for penetrations of concrete and masonry 1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing. H. Roof -Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot -type flashing units applied in coordination with roofing work. I. Aboveground, Exterior -Wall Penetrations: Provide PVC Seal penetrations. Select sleeve size to allow for 1 -inch (25 -mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals or weatherproofing. COMMON WORK RESULTS FOR ELECTRICAL Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260500 - 3 J. Underground, Exterior -Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1 -inch (25 -mm) annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. 3.3 SLEEVE -SEAL INSTALLATION A. Install to seal exterior wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. END OF SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260500 - 4 SECTION 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 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. L2 SUMMARY A. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 3. Sleeves and sleeve seals for cables. 1.3 DEFINITIONS A. EPDM: Ethylene -propylene -diene terpolymer rubber. B. NBR: Acrylonitrile -butadiene rubber. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Qualification Data: For testing agency. C. Field quality -control test reports. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognised testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260519 - 1 C. Comply with NEPA 70. 1.6 COORDINATION A. Set sleeves in cast -in-place concrete, masonry walls, and other structural components as they are constructed. PART 2- PRODUCTS 2.1 CONDUCTORS AND CABLES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire & Cable Company. 5. Southwire Company. 6. Approved equal C. Copper Conductors: Comply with NEMA WC 70. D. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN. E. Multiconductor Cable: Comply with NEMA WC 70 for nonmetallic -sheathed cable, Type NM with ground wire. 2.2 CONNECTORS AND SPLICES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-ZfGedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp. 6. Approved equal C. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 2.3 SLEEVES FOR CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138 -inch (1.3- or 3.5 -mm) thickness as indicated and of length to suit application. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded copper. B. Branch Circuits: Stranded copper. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: Type THHN-THWN, single conductors in raceway or Type XEHW, single conductors in raceway. B. Exposed Feeders: Type THHN-THWN, single conductors in raceway Armored cable, Type AC Metal -clad cable, Type MC Mineral -insulated, metal -sheathed cable, Type MI Nonmetallic - sheathed cable, Type NM. C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway Armored cable, Type AC Metal -clad cable, Type MC. D. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN- THWN, or Type XHHW, single conductors in raceway. E. Feeders Installed below Raised Flooring: Type THEN-THWN, single conductors in raceway Armored cable, Type AC. F. Feeders in Cable Tray: Type THHN-THWN, single conductors in raceway Armored cable, Type AC Metal -clad cable, Type MC Tray cable, Type TC. G. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway. H. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway Armored cable, Type AC. I. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, XHHW, single conductors in raceway. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 J. Branch Circuits Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway. K. Branch Circuits in Cable Tray: Tray cable, Type TC. L. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless- steel, wire -mesh, strain relief device at terminations to suit application. M. Class 1 Control Circuits: Type THHN-THWN, in raceway. N. Class 2 Control Circuits: Type THEIN-THWN, in raceway Power -limited tray cable, in cable tray. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated. B. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. C. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Identify and color -code conductors and cables according to Division 26 Section "Identification for Electrical Systems." 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. B. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. C. Rectangular Sleeve Minimum Metal Thickness: LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260519 - 4 1. For sleeve rectangle perimeter less than 50 inches (1270 mm) and no side greater than 16 inches (400 ruin), thickness shall be 0.052 inch (1.3 mm). 2. For sleeve rectangle perimeter equal to, or greater than, 50 inches (1270 mm) and 1 or more sides equal to, or greater than, 16 inches (400 mm), thickness shall be 0.138 inch (3.5 mm). D. E. Cut sleeves to length for mounting flush with both wall surfaces. F. Extend sleeves installed in floors 2 inches (50 mm) above finished floor level. G. Size pipe sleeves to provide 1/4 -inch (6.4 -mm) annular clear space between sleeve and cable unless sleeve seal is to be installed. H. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. I. Roof -Penetration Sleeves: Seal penetration of individual cables with flexible boot -type flashing units applied in coordination with roofmg work. J. Aboveground Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1 -inch (25 -mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. K. Underground Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1 -inch (25 -mm) annular clear space between cable and sleeve for installing mechanical sleeve seals. 3.6 SLEEVE -SEAL INSTALLATION A. Install to seal underground exterior -wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for cable material and size. Position cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.7 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. B. Tests and Inspections: 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors, and conductors feeding the following critical equipment and services for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice 11 months after date of Substantial Completion. b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. C. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. D. Remove and replace malfunctioning units and retest as specified above. END OF SECTION 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260519 - 6 SECTION 260523 - CONTROL -VOLTAGE ELECTRICAL POWER CABLES 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. L2 SUMMARY A. Section Includes: 1. UTP cabling. 2. RS -232 cabling. 3. RS -485 cabling. 4. Low -voltage control cabling. 5. Control -circuit conductors. 6. Identification products. 1.3 DEFINITIONS A. Basket Cable Tray: A fabricated structure consisting of wire mesh bottom and side rails. B. Channel Cable Tray: A fabricated structure consisting of a one-piece, ventilated -bottom or solid -bottom channel section. C. EMI: Electromagnetic interference. D. IDC: Insulation displacement connector. E. Ladder Cable Tray: A fabricated structure consisting of two longitudinal side rails connected by individual transverse members (rungs). F. Low Voltage: As defined in NEPA 70 for circuits and equipment operating at less than 50 V or for remote -control and si sling power -limited circuits. G. Open Cabling: Passing telecommunications cabling through open space (e.g., between the studs of a wall cavity). H. RCDD: Registered Communications Distribution Designer. I. UTP: Unshielded twisted pair. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 1 1.4 SUBMTTTALS A. Product Data: For each type of product indicated. B. Qualification Data: For qualified layout technician, installation supervisor, and field inspector. C. Source quality -control reports. D. Field quality -control reports. E. Maintenance Data: For wire and cable to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by BICSI as an RCDD to supervise on-site testing. 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: 25 or less. 2. Smoke -Developed Index: 50 or less. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEPA 70, by a qualified testing agency, and marked for intended location and application. 1.6 DELIVERY, STORAGE, AND HANDLING A. Test cables upon receipt at Project site. 1. Test each pair of UTP cable for open and short circuits. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install cables and connecting materials until wet work in spaces is complete and dry, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. PART 2- PRODUCTS 2.1 PATHWAYS A. Support of Open Cabling: NRTL labeled for support of Category 5e and Category 6 cabling, designed to prevent degradation of cable performance and pinch points that could damage cable. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 2 1. Support brackets with cable tie slots for fastening cable ties to brackets. 2. Lacing bars, spools, .1 -hooks, and D -rings. 3. Straps and other devices. B. Cable Trays: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cable Management Solutions, Inc. b. Cablofll Inc. c. Cooper B -Line, Inc. d. Cope - Tyco/Allied Tube & Conduit. e. GS Metals Corp. 2. Cable Tray Materials: Aluminum. a. Ladder Cable Trays: Nominally 36 inches (455 mm) wide, and a rung spacing of 12 inches (305 inm). b. Channel Cable Trays: C. Conduit and Boxes: Comply with requirements in Division 26 Section "Raceway and Boxes for Electrical Systems." 1. Outlet boxes shall be no smaller than 2 inches (50 mm) wide, 3 inches (75 mm) high, and 2-1/2 inches (64 mm) deep. 2.2 UTP CABLE A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Belden CDT Inc.; Electronics Division. 2. Berk -Tek; a Nexans company. 3. CommScope, Inc. 4. Draka USA. 5. Genesis Cable Products; Honeywell International, Inc. 6. KRONE Incorporated. 7. Mohawk; a division of Belden CDT. S. Nordex/CDT; a subsidiary of Cable Design Technologies. 9. Superior Essex Inc. 10. SYSTIMAX Solutions; a CommScope, Inc. brand. 11. 3M. 12. Tyco Electronics/AMP Netconnect; Tyco International Ltd. Description: 100 -ohm, four -pair UTP. 1. Comply with ICEA S-90-661 for mechanical properties. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 3 2. Comply with TIAIEIA-568-B.1 for performance specifications. 3. Comply with TIAIEIA-568-B.2, Category 5e. 4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 444 and NFPA 70 for the following types: a. Communications, General Purpose: Type CM or Type CMG. b. Communications, Plenum Rated: Type CMP, complying with NFPA 262. c. Communications, Riser Rated: Type CMR; complying with UL 1666. d. Communications, Limited Purpose: Type CMX; or Type MPP, Type CMP, Type MPR, Type CMR, Type MP, Type MPG, Type CM, or Type CMG. e. Multipurpose: Type MP or Type MPG; or Type MPP or Type MPR. f. Multipurpose, Plenum Rated: Type MPP, complying with NFPA 262. g. Multipurpose, Riser Rated: Type MPR or Type MPP, complying with UL 1666. 2.3 UTP CABLE HARDWARE A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. American Technology Systems Industries, Inc. 2. Dynacom Corporation. 3. Hubbell Premise Wiring. 4. KRONE Incorporated. 5. Leviton Voice & Data Division. 6. Molex Premise Networks; a division of Molex, Inc. 7. NordexICDT; a subsidiary of Cable Design Technologies. 8. Panduit Corp. 9. Siemon Co. (The). 10. Tyco Electronics/AMP Netconnect; Tyco International Ltd. B. UTP Cable Connecting Hardware: IDC type, using modules designed for punch -down caps or tools. Cables shall be terminated with connecting hardware of the same category or higher. C. Connecting Blocks: 110 style for Category 5e 110 style for Category 6 66 style for Category 5e. Provide blocks for the number of cables terminated on the block, plus 25 percent spare; integral with connector bodies, including plugs and jacks where indicated. 1. Type SFF connectors may be used in termination racks, panels, and equipment packages. 2.4 RS -232 CABLE A. Standard Cable: NFPA 70, Type CM. 1. Paired, two pairs, No. 22 AWG, stranded (7x30) tinned -copper conductors. 2. Polypropylene insulation. 3. Individual aluminum foil -polyester tape shielded pairs with 100 percent shield coverage. 4. PVC jacket. 5. Pairs are cabled on common axis with No. 24 AWG, stranded (7x32) tinned -copper drain wire. 6. Flame Resistance: Comply with UL 1581. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 4 B. Plenum -Rated Cable: NFPA 70, Type CMP. 1. Paired, two pairs, No. 22 AWG, stranded (7x30) tinned -copper conductors. 2. Plastic insulation. 3. Individual aluminum foil -polyester tape shielded pairs with 100 percent shield coverage. 4. Plastic jacket. 5. Pairs are cabled on common axis with No. 24 AWG, stranded (7x32) tinned -copper drain wire. 6. Flame Resistance: Comply with NFPA 262. 2.5 RS -485 CABLE A. Standard Cable: NFPA 70, Type CM or Type CMG. 1. Paired, two pairs, twisted, No. 22 AWG, stranded (7x30) tinned -copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1581. B. Plenum -Rated Cable: NFPA 70, Type CMP. 1. Paired, two pairs, No. 22 AWG, stranded (7x30) tinned -copper conductors. 2. Fluorinated ethylene propylene insulation. 3. Unshielded. 4. Fluorinated ethylene propylene jacket. 5. Flame Resistance: NFPA 262, Flame Test. 2.6 LOW -VOLTAGE CONTROL CABLE A. Paired Cable: NFPA 70, Type CMG. 1. One pair, twisted, No. 16 AWG, stranded (19x29) tinned -copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1581. B. Plenum -Rated, Paired Cable: NFPA 70, Type CMP. 1. One pair, twisted, No. 16 AWG, stranded (19x29) tinned -copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with NFPA 262. C. Paired Cable: NFPA 70, Type CMG. 1. One pair, twisted, No. 18 AWG, stranded (19x30) tinned -copper conductors. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 5 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1581. D. Plenum -Rated, Paired Cable: NFPA 70, Type CMP. 1. One pair, twisted, No. 18 AWG, stranded (19x30) tinned -copper conductors. 2. Fluorinated ethylene propylene insulation. 3. Unshielded. 4. Plastic jacket. 5. Flame Resistance: NFPA 262, Flame Test. 2.7 CONTROL -CIRCUIT CONDUCTORS A. Class 1 Control Circuits: Stranded copper, Type THHN-THWN, in raceway, complying with UL 83. B. Class 2 Control Circuits: Stranded copper, Type THHN-THWN, in raceway Type XHHN, in raceway power -limited tray cable, in cable tray, complying with UL 83. C. Class 3 Remote -Control and Signal Circuits: Stranded copper, Type TW or Type TF, complying with UL 83. 2.8 IDENTIFICATION PRODUCTS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Brady Corporation. 2. HellermannTyton. 3. 'Croy LLC. 4. Panduit Corp. B. Comply with UL 969 for a system of labeling materials, including label stocks. laminating adhesives, and inks used by label printers. C. Comply with requirements in Division 26 Section "Identification for Electrical Systems." 2.9 SOURCE QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to evaluate cables. B. Factory test UTP and optical fiber cables on reels according to TIAIEIA-568-B.1. C. Factory test UTP cables according to TIAIEIA-568-B.2. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 6 D. Factory test multimode optical fiber cables according to TIAIEIA-526-14-A and TIAIEIA-568- B.3. E. Cable will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. PART 3 - EXECUTION 3.1 INSTALLATION OF PATHWAYS A. Cable Trays: Comply with NEMA VE 2 and TIAIEIA-569-A-7. B. Comply with TIAIEIA-569-A for pull -box sizing and length of conduit and number of bends between pull points. C. Comply with requirements in Division 26 Section "Raceway and Boxes for Electrical Systems" for installation of conduits and wireways. D. Install manufactured conduit sweeps and long -radius elbows if possible. E. Pathway Installation in Equipment Rooms: 1. Position conduit ends adjacent to a comer on backboard if a single piece of plywood is installed or in the corner of room if multiple sheets of plywood are installed around perimeter walls of room. 2. Install cable trays to route cables if conduits cannot be located in these positions. 3. Secure conduits to backboard if entering room from overhead. 4. Extend conduits 3 inches (75 mm) above finished floor. 5. Install metal conduits with grounding bushings and connect with grounding conductor to grounding system. F. Backboards: Install backboards with 96 -inch (2440 -mm) dimension vertical. Butt adjacent sheets tightly and form smooth gap -free comers and joints. 3.2 INSTALLATION OF CONDUCTORS AND CABLES A. Comply with NECA 1. B. General Requirements for Cabling: 1. Comply with TIAJEIA-568-B.1. 2. Comply with BICSI ITSIM, Ch. 6, "Cable Termination Practices." 3. Terminate all conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross -connect and patch panels. 4. Cables may not be spliced. Secure and support cables at intervals not exceeding 30 inches (760 mm) and not more than 6 inches (150 mm) from cabinets, boxes, fittings, outlets, racks, frames, and terminals. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 7 5. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI TTSIM, "Cabling Termination Practices" Chapter. Install lacing bars and distribution spools. 6. 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. 7. Cold -Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating. 8. Pulling Cable: Comply with BICSI ITSIM, Ch. 4, "Pulling Cable." Monitor cable pull tensions. C. UTP Cable Installation: 1. Comply with TIA/EIA-568-B.2. 2. Install 110 -style IDC termination hardware unless otherwise indicated. 3. Do not untwist UTP cables more than 1/2 inch (12 mm) from the point of termination to maintain cable geometry. D. Installation of Control -Circuit Conductors: 1. Install wiring in raceways. Comply with requirements specified in Division 26 Section "Raceway and Boxes for Electrical Systems." E. Optical Fiber Cable Installation: 1. Comply with TIAIEIA-568-B.3. 2. Cable shall be terminated on connecting hardware that is rack or cabinet mounted. F. Open -Cable Installation: 1. Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment. 2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches (200 mm) above ceilings by cable supports not more than 60 inches (1525 mm) apart. 3. Cable shall not be run through structural members or in contact with pipes, ducts, or other potentially damaging items. G. Installation of Cable Routed Exposed under Raised Floors: 1. Install plenum -rated cable only. 2. Install cabling after the flooring system has been installed in raised floor areas. 3. Coil cable 72 inches (1830 mm) long shall be neatly coiled not less than 12 inches (305 mm) in diameter below each feed point. H. Separation from EMI Sources: 1. Comply with BICSI TDMM and TIAIEIA-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: CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 8 a. Electrical Equipment Rating Less Than 2 kVA: A minimum of 5 inches (127 mm). b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 12 inches (305 mm). c. Electrical Equipment Rating More Than 5 kVA: A minimum of 24 inches (600 nun). 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 (64 nun). b. Electrical Equipment Rating between 2 and 5 kVA: A minimum of 6 inches (150 mm). c. Electrical Equipment Rating More Than 5 kVA: A minimum of 12 inches (305 min). 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 (75 nun). c. Electrical Equipment Rating More Than 5 kVA: A minimum of 6 inches (150 min). 5. Separation between Cables and Electrical Motors and Transformers, 5 kVA or HP and Larger: A minimum of 48 inches (1200 mm) 6. Separation between Cables and Fluorescent Fixtures: A minimum of 5 inches (127 mm). 3.3 REMOVAL OF CONDUCTORS AND CABLES A. Remove abandoned conductors and cables. 3.4 CONTROL -CIRCUIT CONDUCTORS A. Minimum Conductor Sizes: 1. Class 1 remote -control and signal circuits, No 14 AWG. 2. Class 2 low-energy, remote -control, and signal circuits, No. 16 AWG. 3. Class 3 low-energy, remote -control, alarm, and signal circuits, No 12 AWG. 3.5 GROUNDING A. For data communication wiring, comply with ANSI -J -STD -607-A and with BICSI TDMM, "Grounding, Bonding, and Electrical Protection" Chapter. CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 9 B. For low -voltage wiring and cabling, comply with requirements in Division 26 Section "Grounding and Bonding for Electrical Systems." 3.6 IDENTIFICATION A. Identify system components, wiring, and cabling according to TIAIEIA-606-A. Comply with requirements for identification specified in Division 26 Section "Identification for Electrical Systems." 3.7 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Perform tests and inspections. C. Tests and Inspections: 1. Visually inspect UTP and optical fiber cable jacket materials for UL or third -party certification markings. Inspect cabling terminations to confirm color -coding for pin assignments, and inspect cabling connections to conium compliance with TIAIEIA-568- B.1. 2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components. 3. Test UTP 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 after cross connection. a. Test instruments shall meet or exceed applicable requirements in TIAIEIA-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. D. Document data for each measurement. Print data for submittals in a summary report that is formatted using Table 10.1 in BICSI TDMM as a guide, or transfer the data from the instrument to the computer, save as text files, print, and submit. E. End-to-end cabling will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. END OF SECTION 260523 CONTROL -VOLTAGE ELECTRICAL POWER CABLES Staples and Navigation Water Pump Station Alternate Power Generation Project No. E12141 260523 - 10 SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 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 SLTNIMARY A. Section Includes: Grounding systems and equipment. B. Section includes grounding systems and equipment, plus the following special applications: 1. Overhead -line grounding. 2. Underground distribution grounding. 3. Ground bonding common with lightning protection system 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Informational Submittals: Plans showing dimensioned as -built locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Test wells. 2. Ground rods. 3. Ground rings. 4. Grounding arrangements and connections for separately derived systems. 5. Grounding for sensitive electronic equipment. C. Qualification Data: For qualified testing agency and testing agency's field supervisor. D. Field quality -control reports. E. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Instructions for periodic testing and inspection of grounding features at test wells, ground rings, and grounding connections for separately derived systems based on NFPA 70B. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 1 a. Tests shall determine if ground -resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not. b. Include recommended testing intervals. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with UL 467 for grounding and bonding materials and equipment. PART 2- PRODUCTS 2.1 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch (6 mm) in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick. 7. Tinned Bonding Jumper Tinned -copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 min) thick. C. Bare Grounding Conductor and Conductor Protector for Wood Poles: 1. No. 4 AWG minimum, soft -drawn copper. 2. Conductor Protector: Half -round PVC or wood molding; if wood. use pressure -treated fir, cypress, or cedar. D. Grounding Bus: Predrilled rectangular bars of annealed copper, 1/4 by 4 inches (6.3 by 100 Tnrn) in cross section, with 9/32 -inch (7.14 -mm) holes spaced 1-1/8 inches (28 mm) apart. Stand-off insulators for mounting shall comply with UL 891 for use in switchboards, 600 V. Lexan or PVC, impulse tested at 5000 V. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 2 2.2 CONNECTORS A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy. pressure type with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. D. Bus -bar Connectors: Mechanical type, cast silicon bronze, solderless exothermic -type wire terminals, and long -barrel, two -bolt connection to ground bus bar. 2.3 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel; 3/4 inch by 10 feet (19 mm by 3 m) in diameter. 1. Termination: Factory -attached No. 4/0 AWG bare conductor at least 48 inches (1200 mm) long. 2. Backfill Material: Electrode manufacturer's recommended material. PART 3 - EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install barecopper conductor, No. 4/0 AWG minimum. 1. Bury at least 24 inches (600 mm) below grade. 2. Duct -Bank Grounding Conductor: Bury 12 inches (300 mm) above duct bank when indicated as part of duct -bank installation. C. Isolated Grounding Conductors: Green -colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Install bus on insulated spacers 2 inches (50 mm) minimum from wall, 6 inches (150 mm) above finished floor unless otherwise indicated. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 3 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down to specified height above floor; connect to horizontal bus. E. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors. 3.2 GROUNDING OVERHEAD LINES A. Comply with IEEE C2 grounding requirements. B. Install two parallel ground rods if resistance to ground by a single, ground -rod electrode exceeds 25 ohms. C. Drive ground rods until tops are 12 inches (300 mm) below finished grade in undisturbed earth. D. Ground -Rod Connections: Install bolted connectors for underground connections and connections to rods. E. Lightning Arrester Grounding Conductors: Separate from other grounding conductors. F. Secondary Neutral and Transformer Enclosure: Interconnect and connect to grounding conductor. G. Protect grounding conductors running on surface of wood poles with molding extended from grade level up to and through communication service and transformer spaces. 3.3 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches (100 mm) will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned - copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape or heat -shrunk insulating sleeve from 2 inches (50 nun) above to 6 inches (150 nun) below concrete. Seal floor opening with waterproof, nonshrink grout. C. Grounding Connections to Manhole Components: Bond exposed -metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard -drawn copper bonding conductor. Train conductors level or plumb around comers and fasten to manhole walls. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 4 D. Pad -Mounted Transformers and Switches: Install two ground rods and ground ring around the pad. Ground pad -mounted equipment and noncurrent -carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned - copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 6 inches (150 rnm) from the foundation. 3.4 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Flexible raceway runs. 3. Armored and metal -clad cable runs. 4. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. 5. Equipment enclosures. 3.5 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. C. Ground Rods: Drive rods until tops are 2 inches (50 rnm) below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Division 26 Section "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 inches (300 mm) deep, with cover. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 5 1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with fmished grade or floor. E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic -welded connectors for outdoor locations; if a disconnect -type connection is required, use a bolted clamp. F. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug -type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. G. Grounding for Steel Building Structure: Install a driven ground rod at base of each corner column and at intermediate exterior columns at distances not more than 60 feet (18 m) apart. H. Ground Ring: Install a grounding conductor, electrically connected to each building structure ground rod and to each steel column or as indicated, extending around the perimeter of building or as indicated. 1. Install tinned -copper conductor not less than No. 4/0 AWG for ground ring and for taps to building steel. 2. Bury ground ring not less than 24 inches (600 mm) from building's foundation. I. Ufer Ground (Concrete -Encased Grounding Electrode): Fabricate according to NFPA 70; use a minimum of 20 feet (6 m) of bare copper conductor not smaller than No. 4 AWG. 1. If concrete foundation is less than 20 feet (6 m) long, coil excess conductor within base of foundation. 2. Bond grounding conductor to reinforcing steel in at least four locations and to anchor bolts. Extend grounding conductor below grade and connect to building's grounding grid or to grounding electrode external to concrete. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 6 3.6 LABELING A. Comply with requirements in Division 26 Section "Identification for Electrical Systems" Article for instruction signs. The label or its text shall be green. B. Install labels at the telecommunications bonding conductor and grounding equalizer and at the grounding electrode conductor where exposed. 1. Label Text: "If this connector or cable is loose or if it must be removed for any reason, notify the facility manager." 3.7 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Tests and Inspections: 1 After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 3. Test completed grounding system at each location where a maximum ground -resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. 4. Prepare dimensioned Drawings locating each test well, ground rod and ground -rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. E. Grounding system will be considered defective if it does not pass tests and inspections. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 7 F. Prepare test and inspection reports. G. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 10 ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms. 4. Power Distribution Units or Panelboards Serving Electronic Equipment: 1 ohm(s). 5. Substations and Pad -Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. H. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Engineer promptly and include recommendations to reduce ground resistance. END OF SECTION 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260526 - 8 SECTION 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 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. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. B. Related Sections include the following: 1. Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility constriction. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. ENT: Electrical nonmetallic tubing. C. EPDM: Ethylene -propylene -diene terpolymer rubber. D. FMC: Flexible metal conduit. E. IMC: Intermediate metal conduit. F. LFMC: Liquidtight flexible metal conduit. G. LFNC: Liquidtight flexible nonmetallic conduit. H. NBR: Acrylonitrile -butadiene rubber. I. RNC: Rigid nonmetallic conduit. 1.4 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 1 B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work 1. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring, including the following: a. Duct entry provisions, including locations and duct sizes. b. Frame and cover design. c. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. e. Joint details. C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit groups with common supports. D. Qualification Data: For professional engineer and testing agency. E. Source quality -control test reports. 1.5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2- PRODUCTS 2.1 METAL CONDUIT AND TUBING A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Al flex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri-Flex Co. 6. Manhattan/CDT/Cole-Flex. 7. Maverick Tube Corporation. 8. O -Z Gedney; a unit of General Signal. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 2 9. Wheatland Tube Company. 10. Approved equal C. Rigid Steel Conduit: ANSI C80.1. D. Aluminon Rigid Conduit: ANSI C80.5. E. IMC: ANSI C80.6. F. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 min), minimum G. EMT: ANSI 080.3. H. FMC: Zinc -coated steel or aluminum I. LFMC: Flexible steel conduit with PVC jacket. J. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. 2. Fittings for EMT: Die-cast, compression type. 3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness, 0.040 inch (1 min with overlapping sleeves protecting threaded joints. K. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity. 2.2 NONMETALLIC CONDUIT AND TUBING A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc.; Anaconda Metal Hose. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp.; Pipe & Plastics Group. 6. Condux International, Inc. 7. EIecSYS, Inc. 8. Electri-Flex Co. 9. Lamson & Sessions; Carlon Electrical Products. 10. Manhattan/CDT/Cole-Flex. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 3 11. RACO; a Hubbell Company. 12. Thomas & Betts Corporation. 13. Approved equal C. ENT: NEMA TC 13. D. RNC: NEMA TC 2, Type EPC -40 -PVC, unless otherwise indicated. E. LFNC: LTL 1660. F. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material. G. Fittings for LFNC: UL 514B. 2.3 BOXES, ENCLOSURES, AND CABINETS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper Crouse -Hinds; Div. of Cooper Industries, Inc. 2. EGS/Appleton Electric. 3. Erickson Electrical Equipment Company. 4. Hoffman. 5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 6. O-Z/Gedney; a unit of General Signal. 7. RACO; a Hubbell Company. 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet Division. 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The). 13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary. 14. Approved equal C. Sheet Metal Outlet and Device Boxes: NEMA OS 1. D. Cast -Metal Outlet and Device Boxes: NEMA FB 1, aluminum, Type FD, with gasketed cover. E. Nonmetallic Outlet and Device Boxes: NEMA OS 2. F. Nonmetallic Floor Boxes: Nonadjustable, round. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Hinged -Cover Enclosures: NEMA 250, Type 1, with continuous -hinge cover with flush latch, unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 2. Nonmetallic Enclosures: FRP Plastic. I. Cabinets: 1. NEMA 250, Type 1, galvanized -steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 2.4 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. Description: Comply with SCTE 77. 1. Color of Frame and Cover: Gray. 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." 6. Conduit Entrance Provisions: Conduit -terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. B. Polymer -Concrete Handholes and Boxes with Polymer -Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel or fiberglass or a combination of the two. 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 following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. e. Approved equal C. Fiberglass Handholes and Boxes with Polymer -Concrete Frame and Cover: Sheet -molded, fiberglass -reinforced, polyester -resin enclosure joined to polymer -concrete top ring or frame. 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 following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 5 Basis -of -Design Product: Subject to compliance with requirements, provide Insert manufacturer's name; product name or designation or a comparable product by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. D. Fiberglass Handholes and Boxes: Molded of fiberglass -reinforced polyester resin, with covers of polymer concrete. 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 following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 3. Basis -of -Design Product: Subject to compliance with requirements, provide Insert manufacturer's name; product name or designation or a comparable product by one of the following: a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc. 2.5 SLEEVES FOR RACEWAYS A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe. with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138 -inch (1.3- or 3.5 -mm) thickness as indicated and of length to suit application. 2.6 SLEEVE SEALS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: C. Basis -of -Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following: RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 6 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metrallex Co. 4. Pipeline Seal and Insulator, Inc. D. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Stainless steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.7 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Ahiminum. 2. Concealed Conduit, Aboveground: Aluminum 3. Underground Conduit: RNC, Type EPC -40 -PVC, direct buried or concrete encased. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFNC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X. 6. Application of Handholes and Boxes for Underground Wiring: a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off -Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete Fiberglass enclosures with polymer -concrete frame and cover Fiberglass - reinforced polyester resin, SCTE 77, Tier 15 structural load rating. b. Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer -concrete units Heavy - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 7 duty fiberglass units with polymer -concrete frame and cover, SCTE 77, Tier 8 structural load rating. c. Handholes and Pull Boxes Subject to Light -Duty Pedestrian Traffic Only: Fiberglass -reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf (13 345-N) vertical loading. B. Comply with the following indoor applications, unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: Aluminum. 2. Exposed, Not Subject to Severe Physical Damage: Aluminum a. Corridors used for traffic of mechanized carts. forklifts, and pallet -handling units. b. Mechanical rooms. c. Electrical rooms. 3. Concealed in Ceilings and Interior Walls and Partitions: EMT or RNC, Type EPC -40 - PVC. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): FMC, except use LFMC in damp or wet locations. 5. Damp or Wet Locations: Aluminum. 6. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4X, stainless steel or FRP in damp or wet locations. Minimum Raceway Size: 3/4 -inch (21 -mm) trade size. D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer. E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits in contact with concrete. 3.2 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Arrange stub -ups so curved portions of bends are not visible above the finished slab. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 8 E. Install no more than the equivalent of three 90 -degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. F. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated. G. Raceways Embedded in Slabs: 1. Run conduit larger than 1 -inch (27 -mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Change from ENT to RNC, Type EPC -40 -PVC, rigid steel conduit, or IMC before rising above the floor. H. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG. J. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-1b (90 -kg) tensile strength. Leave at least 12 inches (300 nim) of slack at each end of pull wire. K. Raceways for Optical Fiber and Communications Cable: Install raceways, metallic and nonmetallic, rigid and flexible, as follows: 1. 3/4 -Inch (19 -mm) Trade Size and Smaller: Install raceways in maximum lengths of 50 feet (15 m). 2. 1 -Inch (25 -mm) Trade Size and Larger: Install raceways in maximum lengths of 75 feet (23 m). 3. Install with a maximum of two 90 -degree bends or equivalent for each length of raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements. L. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where otherwise required by NFPA 70. M. Expansion -Joint Fittings for RNC: Install in each run of aboveground conduit that is located where environmental temperature change may exceed 30 deg F (17 deg C), and that has straight -run length that exceeds 25 feet (7.6 m). RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 9 1. Install expansion joint fittings for each of the following locations, and provide type and quantity of fittings that accommodate temperature change listed for location: a_ Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change. c. Indoor Spaces: Connected with the Outdoors without Physical Separation: 125 deg F (70 deg C) temperature change. d. Attics: 135 deg F (75 deg C) temperature change. 2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change. 3. Install each expansion joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at the time of installation. N. Flexible Conduit Connections: Use maximum of 72 inches (1830 mm) of flexible conduit for recessed and semirecessed lighting fixtures, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. O. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. P. Set metal floor boxes level and flush with finished floor surface. Q. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct -Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Division 31 Section "Earth Moving" for pipe less than 6 inches (150 mm) in nominal diameter. 2. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of nm free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches (300 mm) of fmished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving." 3. Install manufactured duct elbows for stub -ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub -up ducts throughout the length of the elbow. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 10 4. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete. b. For stub -ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 min from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment. 5. Warning Planks: Bury warning planks approximately 12 inches (300 mm) above direct - buried conduits, placing them 24 inches (600 mm) o.c. Align planks along the width and along the centerline of conduit. 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 112 -inch (12.5 -mm) sieve to No. 4 (4.75 -mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with fmished grade. Set covers of other enclosures 1 inch (25 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. E. Field -cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. B. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. C. Rectangular Sleeve Minimum Metal Thickness: 1. For sleeve cross-section rectangle perimeter less than 50 inches (1270 rnm) and no side greater than 16 inches (400 rnm), thickness shall be 0.052 inch (1.3 mm). 2. For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches (1270 mm) and 1 or more sides equal to, or greater than, 16 inches (400 nun), thickness shall be 0.138 inch (3.5 mrn). D. Cut sleeves to length for mounting flush with both surfaces of walls. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 11 E. Extend sleeves installed in floors 2 inches (50 min) above finished floor level. F. Size pipe sleeves to provide 1/4 -inch (6.4 -mm) annular clear space between sleeve and raceway unless sleeve seal is to be installed or unless seismic criteria require different clearance. G. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. H. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation. I. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway penetrations. Install sleeves and seal with firestop materials. Comply with Division 07 Section "Penetration Firestopping." J. Roof -Penetration Sleeves: Seal penetration of individual raceways with flexible. boot -type flashing units applied in coordination with roofing work. K. Aboveground, Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1 -inch (25 -mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. L. Underground, Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1 -inch (25 -mm) annular clear space between raceway and sleeve for installing mechanical sleeve seals. 3.6 SLEEVE -SEAL INSTALLATION A. Install to seal underground, exterior wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for raceway material and size. Position raceway in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.7 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260533 - 12 SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 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. L2 SUMMARY A. Section Includes: 1. Conduit, ducts, and duct accessories for direct -buried and concrete -encased duct banks, and in single duct runs. 2. Handholes and pull boxes. 1.3 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.4 SUBMITTALS A. Product Data: For the following: 1. Duct -bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Accessories for manholes, handholes, pull boxes. 4. Warning tape. 5. Warning planks. B. Shop Drawings for Factory -Fabricated Handholes and Pull Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Cover design. 3. Grounding details. 4. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. C. Duct -Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 260543 - 1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 2. Drawings shall be signed and sealed by a qualified professional engineer. D. Retain first paragraph below if nonconcrete handholes or pull boxes are specified and testing is specified in "Source Quality Control" Article. E. Qualification Data: For qualified professional engineer and testing agency. F. Source quality -control reports. G. Field quality -control reports. 1.5 QUALITY ASSURANCE A. Comply with IEEE C2. B. Comply with NEPA 70. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming. B. Lift and support precast concrete units only at designated lifting or supporting points. 1.7 PROTECT CONDITIONS A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Construction Manager, Engineer and Owner no fewer than seven (7) days, or as indicated in contract, in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Architect's Owner's written permission. 1.8 COORDINATION A. Coordinate layout and installation of ducts, manholes, handholes, and pull boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct -bank entrances into manholes, handholes, and pull boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct reins drain to manholes and handholes, and as approved by Architect. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 2 1.9 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. PART 2 - PRODUCTS 2.1 CONDUIT A. Rigid Steel Conduit: Galvanized. Comply with ANSI 080.1. B. RNC: NEMA TC 2, Type EPC -40 -PVC and Type EPC -80 -PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B. 2.2 NONMETALLIC DUCTS AND DUCT ACCESSORIES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. AFC Cable Systems. 2. ARNCO Corporation. 3. Beck Manufacturing. 4. Cantex, Inc. 5. CertainTeed Corp. 6. Condux International, Inc. 7. DCX-CHOL Enterprises, Inc.; ELECSYS Division. 8. Electri-Flex Company. 9. IPEX Inc. 10. Lamson & Sessions; Carlon Electrical Products. 11. Manhattan Wire Products; a Belden company. 12. C. Underground Plastic Utilities Duct: NEMA TC 6 & 8, Type EB -20 -PVC, ASTM F 512, UL 651A, with matching fittings by the same manufacturer as the duct, complying with NEMA TC 9. D. Underground Plastic Utilities Duct: NEMA TC 6 & 8, Type DB -60 -PVC and Type DB -120 - PVC, ASTM F 512, with matching fittings by the same manufacturer as the duct, complying with NEMA TC 9. E. Duct Accessories: 1. Duct Separators: Factory -fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and retained to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 3 2. Warning Tape: Underground -line warning tape specified in Division 26 Section "Identification for Electrical Systems." 3. Concrete Warning Planks: Nominal 12 by 24 by 3 inches (300 by 600 by 76 mm) in size, manufactured from 6000 -psi (41-MPa) concrete. a. Color: Red dye added to concrete during batching. b. Mark each plank with "ELECTRIC" in 2 -inch- (50 -mm-) high, 318 -inch- (10 -mm-) deep letters. 2.3 HANDHOLES AND PULL BOXES A. Description: Comply with SCTE 77. 1. Color: Green. 2. Configuration: Units shall be designed for flush burial and have open bottom unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, a. "ELECTRIC." "TELEPHONE." As indicated for each service.. b. Tier level number, indicating that the unit complies with the structural load test for that tier according to SCTE 77. 6. Direct -Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end -bell fittings, retained to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall. 7. Duct Entrance Provisions: Duct -terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. 8. Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) and larger shall have factory -installed inserts for cable racks and pulling -in irons. B. Polymer Concrete Handholes and Pull Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. Handholes and pull boxes shall comply with the requirements of SCTE 7 Tier 15 loading. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Arnnorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. Hubbell Power Systems; Lenoir City Division. e. NewBasis. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 4 C. Fiberglass Handholes and Pull Boxes with Polymer Concrete Frame and Cover: Complying with SCTE 77 Tier 15 loading. Sheet -molded, fiberglass -reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1 Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. D. Fiberglass Handholes and Pull Boxes: Molded of fiberglass -reinforced polyester resin, with covers of polymer concrete or fiberglass, complying with SCTE 77 Tier 8 loading. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc. E. High -Density Plastic Pull Boxes: Injection molded of high-density polyethylene or copolymer - polypropylene, complying with SCTE 77 Tier 5 loading. Cover shall be plastic. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Carson Industries LLC. b. Nordic Fiberglass, Inc. c. Pencell Plastics. 2.4 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 5 Nonconcrete Handhole and Pull Box Prototype Test: Test prototypes of manholes and pull boxes for compliance with SCTE 77. Strength tests shall be for specified Tier ratings of products supplied. 1. Testing Agency: Engage a qualified testing agency to evaluate nnconcrete handholes and pull boxes. 2. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. PART 3 - EXECUTION 3.1 CORROSION PROTECTION A. Aluminum shall not be installed in contact with earth or concrete. 3.2 UNDERGROUND DUCT APPLICATION A. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC -40 -PVC, in concrete - encased duct bank unless otherwise indicated. B. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC -80 -PVC, in direct - buried duct bank unless otherwise indicated. C. Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC -80 -PVC, in direct -buried duct bank unless otherwise indicated. D. Underground Ducts for Telephone, Communications, or Data. Utility Service Cables: RNC, NEMA Type EPC -40 -PVC, in concrete -encased duct bank unless otherwise indicated. E. Underground Ducts for Telephone, Communications, or Data Utility Service Cables: RNC, NEMA Type EPC -40 -PVC, installed in concrete -encased duct bank unless otherwise indicated. F. Underground Ducts for Telephone, Communications, or Data Circuits: RNC, NEMA Type EPC -40 -PVC, in direct -buried duct bank unless otherwise indicated. G. Underground Ducts for Telephone, Communications, or Data Circuits: RNC, NEMA Type EB - 20 -PVC, in concrete -encased duct bank unless otherwise indicated. H. Underground Ducts Crossing Paved Paths Walks and Driveways Roadways: RNC, NEMA Type EPC -40 -PVC, encased in reinforced concrete. 3.3 DUCT INSTALLATION A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in naps between two manholes to drain in both directions. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 6 B. Joints: Use solvent -cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. C. Duct Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches (250 ruin) o.c. for 5 -inch (125 -mm) ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end -bell spacing 10 ft. (3 m) from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct -Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. D. Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least 10 ft. (3 m) outside the building wall without reducing duct line slope away from the building and without forming a trap in the line. Use fittings manufactured for duct -to -conduit transition. Install conduit penetrations of building walls as specified in Division 26 Section "Common Work Results for Electrical." E. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15 prig (1.03- MPa) hydrostatic pressure. F. Pulling Cord: Install 100-lbf- (445-N-) test nylon cord in ducts, including spares. G. Concrete -Encased Ducts: Support ducts on duct separators. 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than 5 spacers per 20 ft. (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each nm of envelope between manholes or other terminations in one continuous operation. a. Start at one end and fmish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion -contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 314 -inch (19 -rum) reinforcing rod dowels extending 18 inches (450 ram) into concrete on both sides of joint near corners of envelope. 3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power -driven agitating equipment unless specifically designed for duct -bank application. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 7 4 Reinforcement: Reinforce concrete -encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 6. Minimum Space between Ducts: 3 inches (75 min) between ducts and exterior envelope wall, 2 inches (50 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts. 7. Depth: Install top of duct bank at least 24 inches (600 mm) below finished grade in areas not subject to deliberate traffic, and at least 30 inches (750 mm) below finished grade in deliberate traffic paths for vehicles unless otherwise indicated. 8. Stub -Ups: Use manufactured duct elbows for stub -ups at poles and equipment and at building entrances through the floor unless otherwise indicated. Extend concrete encasement throughout the length of the elbow. 9. Stub -Ups: Use manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 immn) of concrete. b. Stub -Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of base. Install insulated grounding bushings on terminations at equipment. 10. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete -encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12 -inch (300 -mm) increment of duet -bank width over a nominal 18 inches (450 mm) Space additional tapes 12 inches (300 mm) apart, horizontally. 3.4 INSTALLATION OF HANDHOLES AND PULL BOXES A. Install handholes and pull boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use pull box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer. B. Unless otherwise indicated, support units on a level 6 -inch- (15 -cm-) thick bed of crushed stone or gravel, graded from 1/2 -inch (12.7 -mm) sieve to No. 4 (4.75 -mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: Set so cover surface will be flush with finished grade. D. Install handholes and pull boxes with bottom below the frost line, below grade. E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Retain arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 8 F. Field -cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.5 GROUNDING A. Ground underground ducts and utility structures according to Division 26 Section "Grounding and Bonding for Electrical Systems." 3.6 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out - of -round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. B. Correct deficiencies and retest as specified above to demonstrate compliance. C. Prepare test and inspection reports. 3.7 CLEANING A. Pull leather -washer -type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. B. Clean internal surfaces of manholes, including sump. Remove foreign material. END OF SECTION 260543 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260543 - 9 SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 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. L2 SUMMARY A. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.3 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NEPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2- PRODUCTS 2.1 POWER RACEWAY IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage. C. Colors for Raceways Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3 -inch- (75 -mm- ) high letters on 20 -inch (500 -mm) centers. D. Self -Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. E. Snap -Around Labels for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. F. Snap -Around, Color -Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 nun) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. G. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4 -inch- (100-rnm-) wide black stripes on 10 -inch (250 -mm) centers diagonally over orange background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stop stripes at legends. H. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Write -On Tags: Polyester tag, 0.010 inch (0.25 mm) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.2 ARMORED AND METAL -CLAD CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. B. Colors for Raceways Carrying Circuits at 600 V and Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Colors for Raceways Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WI ING" with 3 -inch- (75 -mm- ) high letters on 20 -inch (500 -nun) centers. D. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. E. Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches (50 mm) wide; compounded for outdoor use. 2.3 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size.. B. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. C. Write -On Tags: Polyester tag, 0.010 inch (0.25 rnm) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. IDENTIFICATION FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260553 - 3 D. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. E. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 rnm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2.4 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm) thick by 1 to 2 inches (25 to 50 ruin) wide. B. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. C. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. D. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 rnm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. E. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. F. Write -On Tags: Polyester tag, 0.010 inch thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.5 UNDERGROUND -LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI 2535.1 through ANSI Z535.5. 2. Inscriptions for Red -Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE, . IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 3. Inscriptions for Orange -Colored Tapes: TELEPHONE CABLE, CATV CABLE. COMMUNICATIONS CABLE, OPTICAL FIBER CABLE, 2.6 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked -Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4 -inch (6.4 -mm) grommets in comers for mounting. 3. Nominal size, 7 by 10 inches (180 by 250 mm). D. Metal -Backed, Butyrate Warning Signs: 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396 - inch (1 -mm) galvanized -steel backing; and with colors, legend, and size required for application. 2. 114 -inch (6.4 -mm) grommets in corners for mounting. 3. Nominal size, 10 by 14 inches (250 by 360 mm). E. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQTJIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM)." 2.7 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick for signs up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall provide a weatherproof and UV -resistant seal for label. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 2.8 EQUIPMENT IDENTIFICATION LABELS A. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm) B. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mut). Overlay shall provide a weatherproof and UV -resistant seal for label. C. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm). D. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm) E. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be 1 inch (25 min). 2.9 CABLE TIES A. General -Purpose Cable Ties: Fungus inert, self extinguishing, one piece, self locking, Type 6/6 nylon.. 1. Minimum Width: 3116 inch (5 mm) 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi (82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: Black except where used for color -coding. B. UV -Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self extinguishing, one piece, self locking, Type 6/6 nylon. 1. Minimum Width: 3116 inch (5 mm) 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi (82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: Black. C. Plenum -Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking. 1. Minimum Width: 3116 inch (5 mm) 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 7000 psi (48.2 MPa). 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F (Minus 46 to phis 140 deg C). 5. Color: Black. IDENTIFICATION FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260553 - 6 2.10 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in Division 09 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self -tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require fmish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50 -foot (15-m) maximum intervals in straight runs, and at 25 -foot (7.6-m) maximum intervals in congested areas. G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. H. Cable Ties: For attaching tags. Use general-purpose type. except as listed below: 1. Outdoors: UV -stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches (150 to 200 num) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches (400 mm) overall. J. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. IDENTIFICATION FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260553 - 7 3.2 IDENTIFICATION SCHEDULE A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and stencil 4- inch- (100 -mm-) wide black stripes on 10 -inch (250 -mm) centers over orange background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3 -inch- (75-mrn-) high black letters on 20 -inch (500 -nun) centers. Stop stripes at legends. Apply to the following fmished surfaces: 1. Floor surface directly above conduits running beneath and within 12 inches (300 mm) of a floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to raceways concealed within wall. 3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings. B. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. 1. Color -Coding for Phase Identification, 600 V or Less: Use colors listed below for ungrounded conductors. a. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. b. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. c. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. C. Install instructional sign including the color -code for grounded and ungrounded conductors using adhesive -film -type labels. D. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. IDENTIFICATION FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260553 - 8 E. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground -line warning tape to direct -buried cables. 2. Install underground -line warning tape for both direct -buried cables and cables in raceway. F. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NEPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. G. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. H. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. I. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8 -inch- (10 -min-) high letters for emergency instructions at equipment used for power transfer for emergency operations. J. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Adhesive film label. Unless otherwise indicated, provide a single line of text with 1/2 -inch- (13 -mm-) high letters on 1 -1/2 -inch- (38 -mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high. b. Outdoor Equipment: Stenciled legend 4 inches (100 mm) high. c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. IDENTIFICATION FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260553 - 9 2. Equipment to Be Labeled: a. Emergency system boxes and enclosures. b. Power Transfer switches. c. Enclosed circuit breakers. END OF SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260553 - 10 SECTION 260573 - OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY 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. L2 SUMMARY A. This Section includes computer-based, fault -current and overcurrent protective device coordination studies. Protective devices shall be set based on results of the protective device coordination study. 1. Coordination of series -rated devices is permitted where indicated on Drawings. 1.3 SUBMITTALS A. Product Data: For computer software program to be used for studies. B. Product Certificates: For coordination -study and fault -current -study computer software programs, certifying compliance with IEEE 399. C. Qualification Data: For coordination -study specialist. D. Other Action Submittals: The following submittals shall be made after the approval process for system protective devices has been completed. Submittals may be in digital form. 1. Coordination -study input data, including completed computer program input data sheets. 2. Study and Equipment Evaluation Reports. 3. Coordination -Study Report. L4 QUALITY ASSURANCE A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual calculations are not acceptable. B. Coordination -Study Specialist Qualifications: An entity experienced in the application of computer software used for studies, having performed successful studies of similar magnitude on electrical distribution systems using similar devices. 1. Professional engineer, licensed in the state where Project is located, shall be responsible for the study. All elements of the study shall be performed under the direct supervision and control of engineer. OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY 260573 - 1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 C. Comply with IEEE 242 for short-circuit currents and coordination time intervals. D. Comply with IEEE 399 for general study procedures. PART 2 - PRODUCTS 2.1 COMPUTER SOFTWARE DEVELOPERS A. Available Computer Software Developers: Subject to compliance with requirements. companies offering computer software programs that may be used in the Work include, but are not limited to, the following: B. Computer Software Developers: Subject to compliance with requirements, provide products by one of the following: 1. CGI CYME. 2. EDSA Micro Corporation. 3. ESA Inc. 4. Operation Technology, Inc. 5. SKM Systems Analysis, Inc. 2.2 COMPUTER SOFTWARE PROGRAM REQUIREMENTS A. Comply with IEEE 399. B. Analytical features of fault -current -study computer software program shall include "mandatory," "very desirable," and "desirable" features as listed in IEEE 399. C. Computer software program shall be capable of plotting and diagramming time -current - characteristic curves as part of its output. Computer software program shall report device settings and ratings of all overcurrent protective devices and shall demonstrate selective coordination by computer-generated, time -current coordination plots. 1. Optional Features: a. Arcing faults. b. Simultaneous faults. c. Explicit negative sequence. d. Mutual coupling in zero sequence. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine Project overcurrent protective device submittals for compliance with electrical distribution system coordination requirements and other conditions affecting performance. Devices to be coordinated are indicated on Drawings. OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY 260573 - 2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 1. Proceed with coordination study only after relevant equipment submittals have been assembled. Overcurrent protective devices that have not been submitted and approved prior to coordination study may not be used in study. 3.2 POWER SYSTEM DATA A. Gather and tabulate the following input data to support coordination study: 1. Product Data for overcurrent protective devices specified in other Division 26 Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. 2. Impedance of utility service entrance. 3. Electrical Distribution System Diagram: In hard -copy and electronic -copy formats, showing the following: a. Circuit -breaker and fuse -current ratings and types. b. Relays and associated power and current transformer ratings and ratios. c. Transformer kilovolt amperes, primary and secondary voltages, connection type, impedance, and X/R ratios. d. Generator kilovolt amperes, size, voltage, and source impedance. e. Cables: Indicate conduit material, sizes of conductors, conductor material, insulation, and length. f. Busway ampacity and impedance. g. Motor horsepower and code letter designation according to NEMA MG 1. 4. Data sheets to supplement electrical distribution system diagram, cross-referenced with tag numbers on diagram, showing the following: a. Special load considerations, including starting inrush currents and frequent starting and stopping. b. Transformer characteristics, including primary protective device, magnetic inrush current, and overload capability. c. Motor full -load current, locked rotor current, service factor, starting time, type of start, and thermal -damage curve. d. Generator thermal -damage curve. e. Ratings, types, and settings of utility company's overcurrent protective devices. f. Special overcurrent protective device settings or types stipulated by utility company. g. Time -current -characteristic curves of devices indicated to be coordinated. h. Manufacturer, frame size, inten-upting rating in amperes rms symmetrical, ampere or current sensor rating, long-time adjustment range, short -time adjustment range, and instantaneous adjustment range for circuit breakers. i. Manufacturer and type, ampere -tap adjustment range, time -delay adjustment range, instantaneous attachment adjustment range, and current transformer ratio for overcurrent relays. j. Panelboards, switchboards, motor -control center ampacity, and interrupting rating in amperes rms symmetrical. OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260573 - 3 3.3 FAULT -CURRENT STUDY A. Calculate the maximum available short-circuit current in amperes rms symmetrical at circuit - breaker positions of the electrical power distribution system. The calculation shall be for a current immediately after initiation and for a three-phase bolted short circuit at each of the following: 1. Switchgear and switchboard bus. 2. Motor -control center. 3. B. Study electrical distribution system from normal and alternate power sources throughout electrical distribution system for Project. Include studies of system -switching configurations and alternate operations that could result in maximum fault conditions. C. Calculate momentary and interrupting duties on the basis of maximum available fault current. D. Calculations to verify interrupting ratings of overcurrent protective devices shall comply with IEEE 141 and IEEE 242. 1. Transformers: a. ANSI C57.12.10. b. ANSI C57.12.22. c. ANSI C57.12.40. d. IEEE C57.12.00. e. IEEE C57.96. 2. Medium -Voltage Circuit Breakers: IEEE C37.010. 3. Low -Voltage Circuit Breakers: IEEE 1015 and IEEE C37.20.1. 4. Low -Voltage Fuses: IEEE C37.46. E. Study Report: 1. Show calculated XIR ratios and equipment intenupting rating (112 -cycle) fault currents on electrical distribution system diagram. F. Equipment Evaluation Report: 1. For 600-V overcurrent protective devices, ensure that interrupting ratings are equal to or higher than calculated 1/2 -cycle symmetrical fault current. 2. For devices and equipment rated for asymmetrical fault current, apply multiplication factors listed in the standards to 1/2 -cycle symmetrical fault current. 3. Verify adequacy of phase conductors at maximum three-phase bolted fault currents; verify adequacy of equipment grounding conductors and grounding electrode conductors at maximum ground -fault currents. Ensure that short-circuit withstand ratings are equal to or higher than calculated 112 -cycle symmetrical fault current. OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260573 - 4 3.4 COORDINATION STUDY A. Perform coordination study using approved computer software program. Prepare a written report using results of fault -current study. Comply with WEE 399. 1. Calculate the maximum and minimum 1/2 -cycle short-circuit currents. 2. Calculate the maximum and minimum interrupting duty (5 cycles to 2 seconds) short- circuit currents. 3. Calculate the maximum and minimum ground -fault currents. B. Comply with IEEE 141 IEEE 241 IEEE 242 recommendations for fault currents and time intervals. C. Transformer Primary Overcurrent Protective Devices: 1. Device shall not operate in response to the following: a. Inrush current when first energized. b. Self -cooled, full -load current or forced -air-cooled, full -load current, whichever is specified for that transformer. c. Permissible transformer overloads according to IEEE C57.96 if required by unusual loading or emergency conditions. 2. Device settings shall protect transformers according to IEEE C57.12.00, for fault currents. D. Motors served by voltages more than 600 V shall be protected according to IEEE 620. E. Conductor Protection: Protect cables against damage from fault currents according to ICEA P- 32-382, ICEA P-45-482, and conductor melting curves in IEEE 242. Demonstrate that equipment withstands the maximum short-circuit current for a time equivalent to the tripping time of the primary relay protection or total clearing time of the fuse. To determine temperatures that damage insulation, use curves from cable manufacturers or from listed standards indicating conductor size and short-circuit current. F. Coordination -Study Report: Prepare a written report indicating the following results of coordination study: 1. Tabular Format of Settings Selected for Overciurent Protective Devices: a. Device tag. b. Relay -current transformer ratios; and tap. time -dial, and instantaneous -pickup values. c. Circuit -breaker sensor rating; and long-time, short -time, and instantaneous settings. d. Fuse -current rating and type. e. Ground -fault relay -pickup and time -delay settings. 2. Coordination Curves: Prepared to determine settings of overcurrent protective devices to achieve selective coordination. Graphically illustrate that adequate time separation exists between devices installed in series, including power utility company's upstream devices. OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260573 - 5 Prepare separate sets of curves for the switching schemes and for emergency periods where the power source is local generation. Show the following information: a. Device tag. b. Voltage and current ratio for curves. c. Three-phase and single-phase damage points for each transformer. d. No damage, melting, and clearing curves for fuses. e. Cable damage curves. f. Transformer inrush points. g. Maximum fault -current cutoff point. G. Completed data sheets for setting of overcuurent protective devices. END OF SECTION 260573 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 260573 - 6 SECTION 263213 - ENGINE GENERATORS 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. L2 SUMMARY A. This Section includes packaged engine -generator sets for emergency standby power supply with the following features: 1. Diesel engine. 2. Unit -mounted cooling system. 3. Unit -mounted control and monitoring. 4. Performance requirements for sensitive loads. 5. Load banks. 6. Outdoor enclosure. B. Related Sections include the following: 1. Section 263600 "Automatic Transfer Switches" for transfer switches including sensors and relays to initiate automatic -starting and -stopping signals for engine -generator sets. 1.3 DEFINITIONS A. Operational Bandwidth: The total variation from the lowest to highest value of a parameter over the range of conditions indicated, expressed as a percentage of the nominal value of the parameter. 1.4 ACTION SUBMITTALS A. Product Data: For each type of packaged engine generator indicated. Include rated capacities, operating characteristics, and furnished specialties and accessories. In addition, include the following: 1. Thermal damage curve for generator. 2. Time -current characteristic curves for generator protective device. 3. Starting Calculations for emergency loads indicated. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 1 1. Dimensioned outline plan and elevation drawings of engine -generator set and other components specified. 2. Design Calculations: Signed and sealed by a qualified professional engineer. Calculate requirements for selecting vibration isolators and seismic restraints and for designing vibration isolation bases. 3. Vibration Isolation Base Details: Signed and sealed by a qualified professional engineer. Detail fabrication, including anchorages and attachments to structure and to supported equipment. Include base weights. 4. Wiring Diagrams: Power, signal, and control wiring. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. B. Source quality -control test reports. 1. Certified summary of prototype -unit test report. 2. Certified Test Reports: For components and accessories that are equivalent, but not identical, to those tested on prototype unit. 3. Certified Summary of Performance Tests: Certify compliance with specified requirement to meet performance criteria for sensitive loads. 4. Report of factory test on units to be shipped for this Project, showing evidence of compliance with specified requirements. 5. Report of sound generation. 6. Report of exhaust emissions showing compliance with applicable regulations. 7. Certified Torsional Vibration Compatibility: Comply with NFPA 110. C. Field quality -control test reports. D. Warranty: Special warranty specified in this Section. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For packaged engine generators to include in emergency, operation, and maintenance manuals. In addition, include the following: 1. List of tools and replacement items recommended to be stored at Project for ready access. Include part and drawing numbers, current unit prices, and source of supply. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: One for every 10 of each type and rating, but no fewer than one of each. 2. Indicator Lamps: Two for every six of each type used, but no fewer than two of each. 3. Filters: One set each of lubricating oil, fuel, and combustion -air filters. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 2 1.8 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. 1. Maintenance Proximity: Not more than four hours' normal travel time from Installer's place of business to Project site. 2. Engineering Responsibility: Preparation of data for vibration isolators and seismic restraints of engine skid mounts, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. B. Manufacturer Qualifications: A qualified manufacturer. Maintain, within 200 miles (321 km) of Project site, a service center capable of providing training, parts, and emergency maintenance repairs. C. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL), and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. D. Source Limitations: Obtain packaged generator sets and auxiliary components through one source from a single manufacturer. E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. F. Comply with ASME B15.1. G. Comply with NFPA 37. H. Comply with NFPA 70. I. Comply with NFPA 99. J. Comply with NFPA 110 requirements for Level 1 emergency power supply system K. Comply with UL 2200. L. Engine Exhaust Emissions: Comply with applicable state and local government requirements. M. Noise Emission: Comply with applicable state and local government requirements for maximum noise level at property line due to sound emitted by generator set including engine, engine exhaust, engine cooling -air intake and discharge, and other components of installation. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 3 1.9 PROTECT CONDITIONS A. Interruption of Existing Electrical Service: Do not intenlupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Construction Manager no fewer than seven days in advance of proposed intenuption of electrical service. 2. Do not proceed with interruption of electrical service without Construction Manager's written permission. B. Environmental Conditions: Engine -generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 1. Ambient Temperature: 5 to 40 deg C 2. Relative Humidity: 0 to 95 percent. 3. Altitude: Sea level to 500 feet. C. Unusual Service Conditions: Engine -generator equipment and installation are required to operate under the following conditions: 1. High salt -dust content in the air due to sea -spray evaporation. 1.10 COORDINATION A. Coordinate size and location of concrete bases for package engine generators. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. 1.11 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of packaged engine generators and associated auxiliary components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 5 years from date of commissioning. 1.12 MAINTENANCE SERVICE A. Initial Maintenance Service: Beginning at Substantial Completion, provide 12 months' full maintenance by skilled employees of manufacturer's designated service organization. Include quarterly exercising to check for proper starting, load transfer, and nrnning under load. Include routine preventive maintenance as recommended by manufacturer and adjusting as required for proper operation. Provide parts and supplies same as those used in the manufacture and installation of original equipment. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 4 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following 1. Cummins Power Generation 2. MTU. 3. Caterpillar. 4. Approved equal (provided the manufacturer meets all portions of this specification) 2.2 ENGINE -GENERATOR SET A. Factory -assembled and -tested, engine -generator set. B. Mounting Frame: Maintain alignment of mounted components without depending on concrete foundation; and have lifting attachments. 1. Rigging Diagram: Inscribed on metal plate permanently attached to mounting frame to indicate location and lifting capacity of each lifting attachment and generator -set center of gravity. C. Capacities and Characteristics: 1. Power Output Ratings: Nominal ratings sized for loads as indicated. 2. Output Connections: 480V, three-phase, four wire, 60 HZ 3. Nameplates: For each major system component to identify manufacturer's name and address, and model and serial number of component. D. Generator -Set Performance: 1. Steady -State Voltage Operational Bandwidth: 3 percent of rated output voltage from no load to full load. 2. Transient Voltage Performance: Not more than 20 percent variation for 50 percent step -load increase or decrease. Voltage shall recover and remain within the steady-state operating band within three seconds. 3. Steady -State Frequency Operational Bandwidth: 0.5 percent of rated frequency from no load to full load. 4. Steady -State Frequency Stability: When system is operating at any constant load within the rated load, there shall be no random speed variations outside the steady-state operational band and no hunting or surging of speed. 5. Transient Frequency Performance: Less than 10 percent variation for 50 percent step - load increase or decrease. Frequency shall recover and remain within the steady-state operating band within five seconds. 6. Output Waveform: At no load, harmonic content measured line to line or line to neutral shall not exceed 5 percent total and 3 percent for single harmonics. Telephone influence factor, determined according to NEMA MG 1, shall not exceed 50 percent. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 5 7. Sustained Short -Circuit Current: For a 3-phase, bolted short circuit at system output terminals, system shall supply a minimum of 250 percent of rated full -load current for not less than 10 seconds and then clear the fault automatically, without damage to generator system components. 8. Start Time: Comply with NFPA 110, Type 10, system requirements. E. Generator -Set Performance for Sensitive Loads: 1. Oversizing generator compared with the rated power output of the engine is permissible to meet specified performance. Nameplate Data for Oversized Generator: Show ratings required by the Contract Documents rather than ratings that would normally be applied to generator size installed. 2. Steady -State Voltage Operational Bandwidth: 1 percent of rated output voltage from no load to full load. 3. Transient Voltage Performance: Not more than 10 percent variation for 50 percent step -load increase or decrease. Voltage shall recover and remain within the steady-state operating band within 0.5 second. 4. Steady -State Frequency Operational Bandwidth: Plus or minus 0.25 percent of rated frequency from no load to full load. 5. Steady -State Frequency Stability: When system is operating at any constant load within the rated load, there shall be no random speed variations outside the steady-state operational band and no hunting or surging of speed. 6. Transient Frequency Performance: Less than 2 -Hz variation for 50 percent step -load increase or decrease. Frequency shall recover and remain within the steady-state operating band within three seconds. 7. Output Waveform: At no load, harmonic content measured line to neutral shall not exceed 2 percent total with no slot ripple. Telephone influence factor, determined according to NEMA MG 1, shall not exceed 50 percent. 8. Sustained Short -Circuit Current: For a 3-phase, bolted short circuit at system output terminals, system shall supply a minimum of 300 percent of rated full -load current for not less than 10 seconds and then clear the fault automatically, without damage to winding insulation or other generator system components. 9. Excitation System: Performance shall be unaffected by voltage distortion caused by nonlinear load. a. Provide permanent magnet excitation for power source to voltage regulator. 10. Start Time: Comply with NFPA 110, Type 10, system requirements. 2.3 ENGINE A. Fuel: Fuel oil, Grade DF -2. B. Rated Engine Speed: 1800 rpm. C. Maximum Piston Speed for Four -Cycle Engines: 2250 fpm (11.4 m/s). ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 6 D. Lubrication System: The following items are mounted on engine or skid: 1. Filter and Strainer: Rated to remove 90 percent of particles 5 micrometers and smaller while passing full flow. 2. Thermostatic Control Valve: Control flow in system to maintain optimum oil temperature. Unit shall be capable of full flow and is designed to be fail-safe. 3. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps, siphons, special tools, or appliances. E. Engine Fuel System: 1. Main Fuel Pump: Mounted on engine. Pump ensures adequate primacy fuel flow under starting and load conditions. 2. Relief -Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source. F. Coolant Jacket Heater: Electric -immersion type, factory installed in coolant jacket system. Comply with NFPA 110 requirements for Level 1 equipment for heater capacity. G. Governor: Adjustable isochronous, with speed sensing. H. Cooling System: Closed loop, liquid cooled, with radiator factory mounted on engine -generator - set mounting frame and integral engine -driven coolant pump. 1. Coolant: Solution of 50 percent ethylene -glycol -based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. 2. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition. 3. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed-loop coolant system pressure for engine used. Equip with gage glass and petcock. 4. Temperature Control: Self-contained, thermostatic -control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. 5. Coolant Hose: Flexible assembly with inside surface of nonporous rubber and outer covering of aging-, ultraviolet-, and abrasion -resistant fabric. a. Rating: 50-psig (345 -kPa) maximum working pressure with coolant at 180 deg F (82 deg C), and noncollapsible under vacuum. b. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections. I. Cooling System: Closed loop, liquid cooled, with remote radiator and integral engine -driven coolant pump. 1. Configuration: Horizontal air discharge. 2. Radiator Core Tubes: Copper 3. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110 percent load condition. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 7 4. Expansion Tank: Constructed of welded steel plate and rated to withstand maximum closed-loop coolant system pressure for engine used. Equip with gage glass and petcock 5. Fan: Driven by multiple belts from engine shaft. 6. Coolant: Solution of 50 percent ethylene -glycol -based antifreeze and 50 percent water, with anticorrosion additives as recommended by engine manufacturer. 7. Temperature Control: Self-contained, thermostatic -control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. J. Muffler/Silencer: Industrial type, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements. 1. Sound level measured at a distance of 23 feet (7 m) from exhaust discharge after installation is complete shall be 87 dBA or less. K. Air -Intake Filter: Standard -duty, enejne-mounted air cleaner with replaceable thy -filter element and "blocked filter" indicator. L. Starting System: 24-V electric, with negative ground. 1. Components: Sized so they will not be damaged during a full engine -cranking cycle with ambient temperature at maximum specified in Part 1 "Project Conditions" Article. 2. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine flywheel without binding. 3. Cranking Cycle: As required by NFPA 110 for system level specified. 4. Battery: Adequate capacity within ambient temperature range specified in Part 1 "Project Conditions" Article to provide specified cranking cycle at least twice without recharging. 5. Battery Cable: Size as recommended by engine manufacturer for cable length indicated. Include required interconnecting conductors and connection accessories. 6. Battery Compartment: Factory fabricated of metal with acid -resistant finish and thermal insulation. Thermostatically controlled heater shall be arranged to maintain battery above 10 deg C regardless of external ambient temperature within range specified in Part 1 "Project Conditions" Article. Include accessories required to support and fasten batteries in place. 7. Battery -Charging Alternator: Factory mounted on engine with solid-state voltage regulation and 35-A minimum continuous rating. 8. Battery Charger: Current -limiting, automatic -equalizing and float -charging type. Unit shall comply with UL 1236 and include the following features: a. Operation: Equalizing -charging rate of 10 A shall be initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit shall then be automatically switched to a lower float -charging mode and shall continue to operate in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjust float and equalize voltages for variations in ambient temperature from minus 40 deg C to plus 60 deg C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintain constant output voltage regardless of input voltage variations up to plus or minus 10 percent. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 8 d. Ammeter and Voltmeter: Flush mounted in door. Meters shall indicate charging rates. e. Safety Functions: Sense abnormally low battery voltage and close contacts providing low battery voltage indication on control and monitoring panel. Sense high battery voltage and loss of ac input or dc output of battery charger. Either condition shall close contacts that provide a battery -charger malfunction indication at system control and monitoring panel. f. Enclosure and Mounting: NEMA 250, Type 1, wall -mounted cabinet. 2.4 FUEL OIL STORAGE A. Comply with NFPA 30. B. Subbase -Mounted Fuel Oil Tank: Factory installed and piped, complying with UL 142 fuel oil tank. Features include the following: 1. Tank level indicator. 2. Tank Capacity: 72 hours continuous operation at 100 percent rated power output 3. Vandal -resistant fill cap. 4. Containment Provisions: Comply with requirements of authorities having jurisdiction. 2.5 CONTROL AND MONITORING A. Automatic Starting System Sequence of Operation: When mode -selector switch on the control and monitoring panel is in the automatic position, remote -control contacts in one or more separate automatic transfer switches initiate starting and stopping of generator set. When mode - selector switch is switched to the on position, generator set starts. The off position of same switch initiates generator -set shutdown. When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of a remote emergency -stop switch also shuts down generator set. B. Manual Starting System Sequence of Operation: Switching on-off switch on the generator control panel to the on position starts generator set. The off position of same switch initiates generator -set shutdown. When generator set is running, specified system or equipment failures or derangements automatically shut down generator set and initiate alarms. Operation of a remote emergency -stop switch also shuts down generator set. C. Configuration: Operating and safety indications, protective devices, basic system controls, and engine gages shall be grouped in a common control and monitoring panel mounted on the generator set. Mounting method shall isolate the control panel from generator -set vibration. D. Indicating and Protective Devices and Controls: As required by NFPA 110 for Level 1 system, and the following: 1. AC voltmeter. 2. AC ammeter. 3. AC frequency meter. 4. DC voltmeter (alternator battery charging). 5. Engine -coolant temperature gage. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 9 6. Engine lubricating -oil pressure gage. 7. Running -time meter. 8. Ammeter -voltmeter, phase -selector switch(es). 9. Generator -voltage adjusting rheostat. 10. Fuel tank derangement alarm. 11. Fuel tank high-level shutdown of fuel supply alarm. 12. Generator overload. E. Indicating and Protective Devices and Controls: 1. AC voltmeter. 2. AC ammeter. 3. AC frequency meter. 4. DC voltmeter (alternator battery charging). 5. Engine -coolant temperature gage. 6. Engine lubricating -oil pressure gage. 7. Running -time meter. 8. Ammeter -voltmeter, phase -selector switch(es).. 9. Generator -voltage adjusting rheostat. 10. Start -stop switch. 11. Overspeed shutdown device. 12. Coolant high-temperature shutdown device. 13. Coolant low-level shutdown device. 14. Oil low-pressure shutdown device. 15. Fuel tank derangement alarm. 16. Fuel tank high-level shutdown of fuel supply alarm. 17. Generator overload. F. Supporting Items: Include sensors, transducers, terminals, relays, and other devices and include wiring required to support specified items. Locate sensors and other supporting items on engine or generator, unless otherwise indicated. G. Connection to Data. Link: A separate terminal block, factory wired to Form C dry contacts, for each alarm and status indication is reserved for connections for data -link transmission of indications to remote data terminals. Retain one of first two paragraphs and associated subparagraphs below or delete all. The Evaluations discuss what will be obtained by selecting first paragraph and subparagraphs. Coordinate with Drawings. H. Common Remote Audible Alarm: Comply with NFPA 110 requirements for Level 1 systems. Include necessary contacts and terminals in control and monitoring panel. 1. Overcrank shutdown. 2. Coolant low-temperature alarm. 3. Control switch not in auto position. 4. Battery -charger malfunction alarm. 5. Battery low -voltage alarm. I. Common Remote Audible Alarm: Signal the occurrence of any events listed below without differentiating between event types. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 10 1. Engine high-tetnperature shutdown. 2. Lube -oil, low-pressure shutdown. 3. Overspeed shutdown. 4. Remote emergency -stop shutdown. 5. Engine high-temperature prealarm. 6. Lube -oil, low-pressure prealarm. 7. Fuel tank, low -fuel level. 8. Low coolant level. J. Remote Emergency -Stop Switch:; Genset mounted, unless otherwise indicated; and labeled. Push button shall be protected from accidental operation. 2.6 GENERATOR OVERCURRENT AND FAULT PROTECTION A. Generator Circuit Breaker: Molded -case, electronic -trip type; 100 percent rated; complying with UL 489. 1. Tripping Characteristics: Adjustable long-time and short -time delay and instantaneous. 2. Trip Settings: Selected to coordinate with generator thermal damage curve. 3. Shunt Trip: Connected to trip breaker when generator set is shut down by other protective devices. 4. Mounting: Adjacent to or integrated with control and monitoring panel. B. Generator Protector: Microprocessor -based unit shall continuously monitor current level in each phase of generator output, integrate generator heating effect over time, and predict when thermal damage of alternator will occur. When signaled by generator protector or other generator -set protective devices, a shunt -trip device in the generator disconnect switch shall open the switch to disconnect the generator from load circuits. Protector shall perform the following functions: 1. Initiates a generator overload alarm when generator has operated at an overload equivalent to 110 percent of full -rated load for 60 seconds. Indication for this alarm is integrated with other generator -set malfunction alarms. 2. Under single or three-phase fault conditions, regulates generator to 300 percent of rated full -load current for up to 10 seconds. 3. As overcurrent heating effect on the generator approaches the thermal damage point of the unit, protector switches the excitation system off, opens the generator disconnect device, and shuts down the generator set. 4. Senses clearing of a fault by other overcurrent devices and controls recovery of rated voltage to avoid overshoot. C. Ground -Fault Indication: Comply with NFPA 70, "Emergency System" signals for ground -fault. Integrate ground -fault alarm indication with other generator -set alarm indications. 2.7 GENERATOR, EXCITER, AND VOLTAGE REGULATOR A. Comply with NEMA MG 1. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 11 B. Drive: Generator shaft shall be directly connected to engine shaft. Exciter shall be rotated integrally with generator rotor with PMG. C. Electrical Insulation: Class H or Class F. D. Stator -Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required. E. Construction shall prevent mechanical, electrical, and thermal damage due to vibration, overspeed up to 125 percent of rating, and heat during operation at 110 percent of rated capacity. F. Enclosure: Dripproof. G. Instrument Transformers: Mounted within generator enclosure. H. Voltage Regulator: Solid-state type, separate from exciter, providing performance as specified. I. Strip Heater: Thermostatically controlled unit arranged to maintain stator windings above dew point. Strip heater shall be 240V AC single phase drawing 300W or less of power. J. Windings: Two-thirds pitch stator winding and fully linked amortisseur winding. K. Subtransient Reactance: 10 percent, maximum. 2.8 OUTDOOR GENERATOR -SET ENCLOSURE A. Description: Vandal -resistant, weatherproof steel housing, wind resistant up to 100 mph (160 km/h). Multiple panels shall be lockable and provide adequate access to components requiring maintenance. The enclosure shall reduce the sound level of the generator set while operating at full rated load to a maximum of 74 dBA, which shall be an eight -position average of any location 7 meters from the geometric center point of the generator set in a free field environment. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure. B. Description: Prefabricated or pre-engineered walk-in enclosure with the following features: 1. Construction: Aluminum, integral structural -framed weatherproof enclosure. 2. Structural Design and Anchorage: Comply with ASCE 7 for wind loads. 3. Space Heater: Thermostatically controlled and sized to prevent condensation. 4. Louvers: Equipped with bird screen and filter arranged to permit air circulation when engine is not running while excluding exterior dust, birds, and rodents. 5. Hinged Doors: With padlocking provisions. 6. Ventilation: Louvers equipped with bird screen and filter arranged to permit air circulation while excluding exterior dust, birds, and rodents. 7. Thermal Insulation: Manufacturer's standard materials and thickness selected in coordination with space heater to maintain winter interior temperature within operating limits required by engine -generator -set components. 8. Muffler Location: Within enclosure. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 12 C. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for 2 hours with ambient temperature at top of range specified in system service conditions. 1. Louvers: Fixed -engine, cooling -air inlet and discharge. Storm -proof and drainable louvers prevent entry of rain and snow. 2. Automatic Dampers: At engine cooling -air inlet and discharge. Dampers shall be closed to reduce enclosure heat loss in cold weather when unit is not operating. D. Provide integral 120/240V Load Center mounted in generator enclosure for battery charger, alternator heater, jacket heater, convenience receptacle, light and all other miscellaneous loads. Provide 480V -120/240V step-down transformer where required. Branch breakers shall be capable of handling 5,000W water jacket heater, 300W alternator heater, 2000W of lighting and receptacle load, and 2,500W battery charger. E. Interior Lights with Switch: Factory -wired, vaporproof-type fixtures within housing; arranged to illuminate controls and accessible interior. Arrange for external electrical connection. 1. AC lighting system and connection point for operation when remote source is available. 2. DC lighting system for operation when remote source and generator are both unavailable. F. Convenience Outlets: Factory wired. Arrange for external electrical connection. 2.9 VIBRATION ISOLATION DEVICES A. Elastomeric Isolation Pads or integral elastomeric Isolation pads: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Ace Mountings Co., Inc. b. California Dynamics Corporation. c. Isolation Technology, Inc. d. Kinetics Noise Control, Inc. e. Mason Industries, Inc. f. Vibration Eliminator Co., Inc. g. Vibration Isolation. h. Vibration Mountings & Controls, Inc. i. Korfund 2. Fabrication: Single or multiple layers of sufficient durometer stiffness for uniform loading over pad area. 3. Size: Factory or field cut to match requirements of supported equipment. 4. Pad Material: Oil and water resistant with elastomeric properties. 5. Surface Pattern: smooth pattern. 6. Infused nonwoven cotton or synthetic fibers. 7. Load-bearing metal plates adhered to pads. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 13 8. Sandwich -Core Material: elastomeric. a. Surface Pattern: Smooth pattern. b. Infused nonwoven cotton or synthetic fibers. 9. Two -Part Telescoping Housing: A steel top and bottom frame separated by an elastomeric material and enclosing the spring isolators. Housings are equipped with adjustable snubbers to limit vertical movement. Drilled base housing for bolting to structure with an elastomeric isolator pad attached to the underside. Bases shall limit floor load to 500 psig (3447 kPa). Threaded top housing with adjustment bolt and cap screw to fasten and level equipment. 10. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 11. Minimum Additional Travel: 50 percent of the required deflection at rated load. 12. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 13. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 2.10 FINISHES A. Indoor and Outdoor Enclosures and Components: Manufacturer's standard finish over corrosion -resistant pretreatment and compatible primer. 2.11 SOURCE QUALITY CONTROL A. Prototype Testing: Factory test engine -generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. 1. Tests: Comply with NFPA 110, Level 1 Energy Converters and with IEEE 115. B. Project -Specific Equipment Tests: Before shipment, factory test engine -generator set and other system components and accessories manufactured specifically for this Project. Perform tests at rated load and power factor. Include the following tests: 1. Test components and accessories furnished with installed unit that are not identical to those on tested prototype to demonstrate compatibility and reliability. 2. Full load run. 3. Maximum power. 4. Voltage regulation. 5. Transient and steady-state governing. 6. Single-step load pickup. 7. Safety shutdown. 8. Provide 14 days' advance notice of tests and opportunity for observation of tests by Owner's representative. 9. Report factory test results within 10 days of completion of test. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 14 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, equipment bases, and conditions, with Installer present, for compliance with requirements for installation and other conditions affecting packaged engine -generator performance. B. Examine roughing -in of piping systems and electrical connections. Verify actual locations of connections before packaged engine -generator installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with packaged engine -generator manufacturers' written installation and alignment instructions and with NFPA 110. B. Install packaged engine generator to provide access, without removing connections or accessories, for periodic maintenance. C. Install packaged engine generator on cast -in-place concrete equipment bases. Comply with requirements for equipment bases and foundations specified in Section 033000 "Cast -in -Place Concrete." 1. Comply with requirements for vibration isolation devices specified in this section. D. Electrical Wiring: Install electrical devices furnished by equipment manufacturers but not specified to be factory mounted. 3.3 CONNECTIONS A. Piping installation requirements are specified in other Sections. Drawings indicate general arrangement of piping and specialties. B. Connect fuel, cooling -system, and exhaust -system piping adjacent to packaged engine generator to allow service and maintenance. C. Connect cooling -system water piping to engine -generator set and flexible connectors. D. Connect engine exhaust pipe to engine with flexible connector. E. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." F. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 15 3.4 IDENTIFICATION A. Identify system components according to Section 260553 "Identification for Electrical Systems." 3.5 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections and prepare test reports. B. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing. C. Perform tests and inspections and prepare test reports. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Tests and Inspections: 1. Perform tests recommended by manufacturer and each electrical test and visual and mechanical inspection for "AC Generators and for Emergency Systems" specified in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. NFPA 110 Acceptance Tests: Perform tests required by NFPA 110 that are additional to those specified here including, but not limited to, single-step full -load pickup test. 3. Battery Tests: Equalize charging of battery cells according to manufacturer's written instructions. Record individual cell voltages. a. Measure charging voltage and voltages between available battery terminals for full -charging and float -charging conditions. Check electrolyte level and specific gravity under both conditions. b. Test for contact integrity of all connectors. Perform an integrity load test and a capacity load test for the battery. c. Verify acceptance of charge for each element of the battery after discharge. d. Verify that measurements are within manufacturer's specifications. 4. Battery -Charger Tests: Verify specified rates of charge for both equalizing and float - charging conditions. 5. System Integrity Tests: Methodically verify proper installation, connection, and integrity of each element of engine -generator system before and during system operation. Check for air, exhaust, and fluid leaks. 6. Exhaust -System Back -Pressure Test: Use a manometer with a scale exceeding 40 -inch wg (120 kPa). Connect to exhaust line close to engine exhaust manifold. Verify that back pressure at full -rated load is within manufacturer's written allowable limits for the engine. 7. Exhaust Emissions Test: Comply with applicable government test criteria. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 16 8. Voltage and Frequency Transient Stability Tests: Use recording oscilloscope to measure voltage and frequency transients for 50 and 100 percent step -load increases and decreases, and verify that performance is as specified. 9. Harmonic -Content Tests: Measure harmonic content of output voltage under 25 percent and at 100 percent of rated linear load. Verify that harmonic content is within specified limits. 10. Noise Level Tests: Measure A -weighted level of noise emanating from generator -set installation, including engine exhaust and cooling -air intake and discharge, at four locations on the property line, and compare measured levels with required values. E. Coordinate tests with tests for transfer switches and run them concurrently. F. Test instruments shall have been calibrated within the last 12 months, traceable to standards of NIST, and adequate for making positive observation of test results. Make calibration records available for examination on request. G. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. H. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. Perform power failure test on the entire system installed by opening the power supply from the utility service and observing proper operation for at least (2) hours. Coordinate with utility and Owner and obtain approval prior to test. I. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. J. Remove and replace malfunctioning units and retest as specified above. K. Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met. L. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation resistances, time delays, and other values and observations. Attach a label or tag to each tested component indicating satisfactory completion of tests. M. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each power wiring termination and each bus connection. Remove all access panels so terminations and connections are accessible to portable scanner. 1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan 11 months after date of Substantial Completion. 2. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Record of Infrared Scanning: Prepare a certified report that identifies terminations and connections checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 17 3.6 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain packaged engine generators. Training shall include equipment operation in automatic and manual modes, common failures/basic troubleshooting, overview of equipment operation and maintenance manuals, and recommended spare parts. Training shall not be less than 2 day(s) in length and shall accommodate up to 6 attendees. Customer may elect to hold two sessions within the two day training period to accommodate additional attendees. Coordinate training with Automatic Transfer Switch training. B. Manufacturer shall include a (4) hour follow-up training session within 6 to 12 months after initial training scheduled at the discretion of the owner. Topics of training session to be determined by owner to allow focused training on operation and troubleshooting. 3.7 SERVICE AND SUPPORT A. The manufacturer of the generator set shall maintain service parts inventory at a central location which is accessible to the service location 24 hours per day, 365 days per year. The generator set shall be serviced by a local service organization that is trained and factory certified in generator set service. The supplier shall maintain an inventory of critical replacement parts at the local service organization, and in service vehicles. The service organization shall be on call 24 hours per day, 365 days per year. The manufacturer shall maintain model and serial number records of each generator set provided for at least 20 years. 3.8 WARRANTY A. The generator set and associated equipment shall be warranted for a period of not less than 5 years from the date of final acceptance against defects in materials and workmanship.The warranty shall be comprehensive. No deductibles shall be allowed for travel time, service hours, repair parts cost, etc. END OF SECTION 263213 ENGINE GENERATORS Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263213 - 18 SECTION 263601 — AUTOMATIC TRANSFER SWITCHES 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. Furnish and install Automatic Transfer Switches, Service Entrance Rated with Bypass- Isolation (ATS/BPS) with voltage, number of poles and WCR ratings as indicated by drawings. Each automatic transfer shall consist of an inherently double throw power transfer switch mechanism and a microprocessor controller to provide automatic operation. All automatic transfer & bypass -isolation switches and controllers shall be the products of the same manufacturer. This Section includes transfer switches rated 600 V and less, including the following: 1. Automatic transfer switches. 2. Bypass/isolation switches. B. Related Sections include the following: 1. Division 26. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. 1. Single -Line Diagram: Show connections between transfer switch, bypass/isolation switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. C. Field quality -control test reports. D. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Features and operating sequences, both automatic and manual. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 1 2. List of all factory settings of relays; provide relay -setting and calibration instructions, including software, where applicable. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Maintain a service center capable of providing training, parts, and emergency maintenance repairs within a response period of less than eight hours from time of notification. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. C. Source Limitations: Obtain automatic transfer switches, bypass/isolation switches, and remote annunciators, through one source from a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with NEMA ICS 1. F. Comply with NFPA 70. G. Comply with NFPA 99. H. Comply with NFPA 110. I. Comply with UL 1008 unless requirements of these Specifications are stricter. 1.5 PROTECT CONDITIONS A. Interruption of Existing Electrical Service: Do not inten-upt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service: 1. Notify Construction Manager & Owner no fewer than seven (7) days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 2 1.6 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Contactor Transfer Switches: a. ASCO (basis for this specification) b. Russelectric c. Engineer approved equal (provided the manufacturer meets all portions of this specification) 2.2 GENERAL TRANSFER -SWITCH PRODUCT REQUIREMENTS A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding 30 percent of switch ampere rating, unless otherwise indicated. B. Tested Fault -Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008. 1. Where transfer switch includes internal fault -current protection, rating of switch and trip unit combination shall exceed indicated fault -current value at installation location. C. Solid -State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C. D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage -surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage -impulse withstand test of NEMA ICS 1. E. Electrical Operation: Accomplish by a nonfused, momentarily energized solenoid or electric - motor -operated mechanism, mechanically and electrically interlocked in both directions. F. Switch Characteristics: Designed for continuous -duty repetitive transfer of full -rated current between active power sources. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 3 1. Limitation: Switches using molded -case switches or circuit breakers or insulated -case circuit -breaker components are not acceptable. 2. Switch Action: Double throw; mechanically held in both directions. 3. Contacts: Silver composition or silver alloy for load -current switching. Conventional automatic transfer -switch units, rated 225 A and higher, shall have separate arcing contacts. G. Neutral Switching. Where four pole switches are indicated, provide neutral pole switched simultaneously with phase poles. H. Neutral Terminal: Solid and frilly rated, unless otherwise indicated. I. Oversize Neutral: Ampacity and switch rating of neutral path through units indicated for oversize neutral shall be double the nominal rating of circuit in which switch is installed. J. Heater: Equip switches exposed to outdoor temperatures and humidity, and other units indicated, with an internal heater. Provide thermostat within enclosure to control heater. K. Annunciation, Control, and Programming Interface Components: Devices at transfer switches for communicating with remote programming devices, annunciators, or annunciator and control panels shall have communication capability matched with remote device. L. Factory Wiring: Train and bundle factory wiring and label, consistent with Shop Drawings, either by color -code or by numbered or lettered wire and cable tape markers at terminations. Color -coding and wire and cable tape markers are specified in Division 26 Section "Identification for Electrical Systems." 1. Designated Terminals: Pressure type, suitable for types and sizes of field wiring indicated. 2. Power -Terminal Arrangement and Field -Wiring Space: Suitable for top, side, or bottom entrance of feeder conductors as indicated. 3. Control Wiring: Equipped with lugs suitable for connection to terminal strips. M. Enclosures: NEMA 250, Type 3RX, complying with NEMA ICS 6 and UL 508, unless otherwise indicated. N. Communications Module - An interface shall be installed in the ATS controller to enable RS4851Ethernet communications. The serial communications shall be capable of a direct connect or multi -drop configured network. This module shall allow for the seamless integration of existing or new communication transfer devices. The serial communication interface shall be capable of remote monitoring/email paging via internal IP address and require no additional customer supplied software. 2.3 AUTOMATIC TRANSFER SWITCHES A. Comply with Level 1 equipment according to NFPA 110. B. Switching Arrangement: Double -throw type, incapable of pauses or intermediate position stops during normal functioning, unless otherwise indicated. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 4 C. Manual Switch Operation: Under load, with door closed and with either or both sources energized. Transfer time is same as for electrical operation. Control circuit automatically disconnects from electrical operator during manual operation. D. Manual Switch Operation: Unloaded. Control circuit automatically disconnects from electrical operator during manual operation. E. Signal -Before -Transfer Contacts: A set of normally open/normally closed dry contacts operates in advance of retransfer to normal source. Interval is adjustable from 1 to 30 seconds. F. Digital Communication Interface: Matched to capability of remote annunciator or annunciator and control panel. G. Transfer Switches Based on Molded -Case -Switch Components: Comply with NEMA AB 1, UL 489, and UL 869A. H. In -Phase Monitor: Factory -wired, internal relay controls transfer so it occurs only when the two sources are synchronized in phase. Relay compares phase relationship and frequency difference between normal and emergency sources and initiates transfer when both sources are within 15 electrical degrees, and only if transfer can be completed within 60 electrical degrees. Transfer is initiated only if both sources are within 2 Hz of nominal frequency and 70 percent or more of nominal voltage. Motor Disconnect and Timing Relay: Controls designate starters so they disconnect motors before transfer and reconnect them selectively at an adjustable time interval after transfer. Control connection to motor starters is through wiring external to automatic transfer switch. Time delay for reconnecting individual motor loads is adjustable between 1 and 60 seconds, and settings are as indicated. Relay contacts handling motor -control circuit inrush and seal currents are rated for actual currents to be encountered. J. Programmed Neutral Switch Position: Switch operator has a programmed neutral position arranged to provide a midpoint between the two working switch positions, with an intentional, time -controlled pause at midpoint during transfer. Pause is adjustable from 0.5 to 30 seconds minimum and factory set for 0.5 second, unless otherwise indicated. Time delay occurs for both transfer directions. Pause is disabled unless both sources are live. K. Automatic Transfer -Switch Features: 1. Undervoltage Sensing for Each Phase of Normal Source: Sense low phase -to -ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. 2. Adjustable Time Delay: For override of normal -source voltage sensing to delay transfer and engine start sisals. Adjustable from zero to six seconds, and factory set for one second. 3. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 5 4. Time Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal -source failure. 6. Switch -Position Pilot Lights: Indicate source to which load is connected. 7. Source -Available Indicating Lights: Supervise sources via transfer -switch normal- and emergency -source sensing circuits. a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available." 8. Unassigned Auxiliary Contacts: Two normally open, single -pole, double -throw contacts for each switch position, rated 10 A at 240-V ac. 9. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. 10. Engine Starting Contacts: One isolated and normally closed, and one isolated and normally open; rated 10 A at 32-V dc minimum 11. Engine Shutdown Contacts: Instantaneous; shall initiate shutdown sequence at remote engine -generator controls after retransfer of load to normal source. 12. Engine Shutdown Contacts: Time delay adjustable from zero to five minutes, and factory set for five minutes. Contacts shall initiate shutdown at remote engine -generator controls after retransfer of load to normal source. 13. Engine -Generator Exerciser: Solid-state, programmable -time switch starts engine generator and transfers load to it from normal source for a preset time, then retransfers and shuts down engine after a preset cool -down period. Initiates exercise cycle at preset intervals adjustable from 7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7 -day exercise cycle, 20 -minute running period, and 5 - minute cool -down period. Exerciser features include the following: a. Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer. b. Push-button programming control with digital display of settings. c. Integral battery operation of time switch when normal control power is not available. 2.4 BYPASS/ISOLATION SWITCHES A. Comply with requirements for Level 1 equipment according to NFPA 110. B. Description: Manual type, arranged to select and connect either source of power directly to load, isolating transfer switch from load and from both power sources. Include the following features for each combined automatic transfer switch and bypass/isolation switch: 1. Means to lock bypass/isolation switch in the position that isolates transfer switch with an arrangement that permits complete electrical testing of transfer switch while isolated. While isolated, interlocks prevent transfer -switch operation, except for testing or maintenance. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 6 2. Drawout Arrangement for Transfer Switch: Provide physical separation from live parts and accessibility for testing and maintenance operations. ATS shall be able to be withdrawn on attached rails. Switches that require circuit breaker lifting devices or carts are deemed unacceptable) 3. Bypass/Isolation Switch Current, Voltage, Closing, and Short -Circuit Withstand Ratings: Equal to or greater than those of associated automatic transfer switch, and with same phase arrangement and number of poles. 4. Contact temperatures of bypass/isolation switches shall not exceed those of automatic transfer -switch contacts when they are carrying rated load. 5. Operability: Constructed so load bypass and transfer -switch isolation can be performed by I person in no more than 2 operations in 15 seconds or less. 6. Legend: Manufacturer's standard legend for control labels and instruction signs shall describe operating instructions. 7. Maintainability: Fabricate to allow convenient removal of major components from front without removing other parts or main power conductors. 8. ATS/BP-IS switches shall have permanently attached operating handles to facilitate safe and rapid bypass and isolation functions. Switches with removable handles or that require opening of enclosure to fmdlretrieve operating handles are prohibited. C. Interconnection of Bypass/Isolation Switches with Automatic Transfer Switches: Factory - installed copper bus bars; plated at connection points and braced for the indicated available short-circuit current. 2.5 MICROPROCESSOR CONTROLLER A. The controller's sensing and logic shall be provided by a single built-in microprocessor for maximum reliability, minimum maintenance, and the ability to communicate serially through an optional serial communication module. B. A single controller shall provide twelve selectable nominal voltages for maximum application flexibility and minimal spare part requirements. Voltage sensing shall be true RMS type and shall be accurate to ± 1% of nominal voltage. Frequency sensing shall be accurate to ± 0.2%. The panel shall be capable of operating over a temperature range of -20 to +60 degrees C and storage from -55 to +85 degrees C. C. The controller shall be connected to the transfer switch by an interconnecting wiring harness. The harness shall include a keyed disconnect plug to enable the controller to be disconnected from the transfer switch for routine maintenance. Sensing and control logic shall be provided on multi -layer printed circuit boards. Interfacing relays shall be industrial grade plug-in type with dust covers. The panel shall be enclosed with a protective cover and be mounted separately from the transfer switch unit for safety and ease of maintenance. The protective cover shall include a built-in pocket for storage of the operator's manuals. D. All customer connections shall be wired to a common terminal block to simplify field -wiring connections. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 7 E. .The controller shall meet or exceed the requirements for Electromagnetic Compatibility (EMC) as follows: 1. EN 55011:1991 Emission standard - Group 1, Class A 2. EN 50082-2:1995 Generic immunity standard, from which: a. EN 61000-4-2:1995 Electrostatic discharge (ESD) immunity b. ENV 50140:1993 Radiated Electro -Magnetic field immunity c. EN 61000-4-4:1995 Electrical fast transient (EFT) immunity d. EN 61000-4-5:1995 Surge transient immunity e. EN 61000-4-6:1996 Conducted Radio -Frequency field immunity 3. lEEE472 (ANSI C37.90A) Ring Wave Test. 2.6 SOURCE QUALITY CONTROL A. Factory test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time -delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1. PART 3 - EXECUTION 3.1 INSTALLATION A. Floor -Mounting Switch: Anchor to floor by bolting. 1. Concrete Bases: 4 inches (100 mm) high, reinforced, with chamfered edges. Extend base no more than 4 inches (100 mm) in all directions beyond the maximum dimensions of switch, unless otherwise indicated or unless required for seismic support. Construct concrete bases according to Division 26 Section "Hangers and Supports for Electrical Systems." B. Annunciator and Control Panel Mounting: Flush in wall, unless otherwise indicated. C. Identify components according to Division 26 Section "Identification for Electrical Systems." D. Set field -adjustable intervals and delays, relays, and engine exerciser clock. 3.2 CONNECTIONS A. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring. B. Ground equipment according to Division 26 Section "Grounding and Bonding for Electrical Systems." AUTOMATIC TRANSFER SWITCHES 263601 - 8 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 C. Connect wiring according to Division 26 Section "Low -Voltage Electrical Power Conductors and Cables." 3.3 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform tests and inspections and prepare test reports. B. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing. C. Perform tests and inspections and prepare test reports. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installation, including connections, and to assist in testing. 2. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 3. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 4. Measure insulation resistance phase -to -phase and phase -to -ground with insulation - resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 5. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase -to -ground voltage for each phase of normal source. c. Verify time -delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Test bypass/isolation unit functional modes and related automatic transfer -switch operations. f. Perform contact -resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. g. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool - down and shutdown. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 9 6. Ground -Fault Tests: Coordinate with testing of ground -fault protective devices for power delivery from both sources. a_ Verify grounding connections and locations and ratings of sensors. D. Testing Agency's Tests and Inspections: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in META Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase -to -phase and phase -to -ground with insulation - resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase -to -ground voltage for each phase of normal source. c. Verify time -delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Test bypass/isolation unit functional modes and related automatic transfer -switch operations. f. Perform contact -resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. g. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool - down and shutdown. 5. Ground -Fault Tests: Coordinate with testing of ground -fault protective devices for power delivery from both sources. a. Verify grounding connections and locations and ratings of sensors. E. Coordinate tests with tests of generator and run them concurrently. F. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 10 G. Remove and replace malfunctioning units and retest as specified above. H. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each switch. Remove all access panels so joints and connections are accessible to portable scanner. 1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each switch 11 months after date of Substantial Completion. 2. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Record of Infrared Scanning: Prepare a certified report that identifies switches checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.4 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment. Provide a minimum of four (4) hours training with manuals and or pertinent documentation. B. Coordinate this training with training session for generator equipment. PART 4 - ADDITIONAL REQUIREMENTS 4.1 Withstand and Closing Ratings A. The ATS/BPS shall be rated to close on and withstand the available RMS symmetrical short circuit current at the ATS/BPS terminals with the type of overcurrent protection shown on the plans. B. The ATSIBPS shall be UL listed in accordance with UL 1008 and be labeled in accordance with that standard's 11/2 and 3 cycle, long-time ratings. ATS/BPSs which are not tested and labeled with 1 V2 and 3 cycle (any breaker) ratings and have series, or specific breaker ratings only, are not acceptable. 4.2 Tests and Certification A. The complete ATS/BPS shall be factory tested to ensure proper operation of the individual components and correct overall sequence of operation and to ensure that the operating transfer time, voltage, frequency and time delay settings are in compliance with the specification requirements. B. Upon request, the manufacturer shall provide a notarized letter certifying compliance with all of the requirements of this specification including compliance with the above codes and standards, and withstand and closing ratings. The certification shall identify, by serial number(s), the equipment involved. No exceptions to the specifications, other than those stipulated at the time of the submittal, shall be included in the certification. AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 11 C. The ATS/BPS manufacturer shall be certified to ISO 9001 International Quality Standard and the manufacturer shall have third party certification verifying quality assurance in design/development, production, installation and servicing in accordance with ISO 9001. 4.3 Service Representation A. The ATS/BPS manufacturer shall maintain a national service organization of company - employed personnel located throughout the contiguous United States. The service center's personnel must be factory trained/ employed and must be on call 24 hours a day, 365 days a year and shall arrive at jobsite in stocked service vehicle with common repair parts. Manufacturers who rely on 3rd party contractors for repair and or service are prohibited. The manufacturer shall maintain records of each switch, by serial number, for a minimum of 20 years. END OF SECTION 263600 AUTOMATIC TRANSFER SWITCHES Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 263601 - 12 SECTION 323114 CHAIN-LINK FENCE (HEAVY DUTY—VINYL COATED) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for providing and installing the 8' high (7' high fabric and 3 strands of barbed wire) chain-link fence gate required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Special Provisions. 1.03 SUBMITTALS Product Data: For each type of product indicated. Informational Submittals: Plans showing dimensioned as -built locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Gate shop drawing 2. Fence Mesh material 3. Structural members 4. Posts 5. Hardware 2.0 PRODUCTS/MATERIALS 2.01 GENERAL All materials used for fencing shall be new and shall be First Class. The use of re -rolled, open seam tubing, or any used material will not be allowed. Posts, gate frames, braces, rails, stretcher bars, and truss rods shall be of steel; reinforcing wires shall be of high carbon steel; and gate hinges, post caps, stretcher bar bands, and other parts shall be of steel, malleable iron, ductile iron or equal except that ties and clips may be of aluminum. Exposed portion of fence, except barbed wire, shall be polyvinyl coated. 2.02 POSTS, GATE FRAMES, RAILS AND BRACES Posts, gate frames, rails, and braces shall conform to the dimensions and weights shown in the following table: CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 323114 - 1 Use and Section Outside Diameter Weight or Dimensions, Per Foot, Nominal Nominal Inches Inches End, corner, and pull posts (tubular): Round 2.875 5.79 Square 2.50 5.70 Gate posts for nominal width of gate, single, or one leaf of double 6 feet and less: Round 2.875 5.79 Square 2.50 5.70 Gate width 13 feet and less: Round 4.00 9.10 Square 3.00 9.10 Gate width over 13 feet to 18 feet, incl.: Round 6.625 18.97 Gate width over 18 feet: Round 6.625 24.70 Gates: exterior frames: Round 1.90 2.72 Square 1.50 2.10 Outside Diameter Weight Use and Section or Dimensions, Per Foot, Nominal Nominal Inches Inches Internal gate bracing: Rails and post braces(tubular) Round 1.66 Square 2.00 1.806 1.90 Round 1.660 1.806 Intermediate posts: Tubular, Round 2.375 3.65 H -Section 2.25 x1.95 x 1.43 4.10 All steel and iron parts shall be zinc -coated after fabrication, using zinc grade "E" in accordance with Federal Specification QQ-Z-351. The weight of the zinc coating per square foot of actual surface area shall average not less than 1.2 ounces and no individual specimen shall show less than 1.0 ounces. After the zinc coating is applied, the above ground portion of the post shall be coated with 20 mil black polyvinyl. 2.03 FABRIC A. DEFINITIONS 1. Chain link fence fabric: Chain link fence fabric is a fencing material made from wire helically wound and interwoven in such a manner as to provide a continuous mesh CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 323114-2 without knots or ties except in the form of knuckling or of twisting and barbing the ends of the wires to form the selvage of the fabric. 2. Knuckling: Knuckling is the term used to describe the type of selvage obtained by interlocking adjacent pairs of wire ends and binding the wire ends back into a closed loop. B. BASE METAL The base metal of the fabric shall be a good commercial quality of steel wire. The wire shall withstand a breaking load of 1,290 lbs. C. FABRIC COATING 1. Zinc Coating: The fabric shall be zinc -coated by the hot -dip process after fabrication, or shall be fabricated from wire zinc -coating by the electrolytic or hot -dip process. The weight of zinc -coating shall be not less than 2.0 ounces ner sauare foot of actual surface covered. The zinc used for the coating shall conform to the grades specified in ASTM Designation B6 Standard Specifications for Slab Zinc. 2. Vinyl Coating: After the zinc coating is applied, the fabric shall be coated on all sides with 20 mil black polyvinyl. D. FABRIC SIZES 1. General: The height, size of mesh, and wire diameters of chain link fence shall be 84 - inch high or 108 -inch high (See plans for location) by 2 -inch mesh by 0.1483 -inch diameter (No. 9 gauge). 2. Height of fabric: The height of fabric shall be the overall dimension from ends of barbs or knuckles. The tolerance on the nominal height shall be plus or minus one inch. 3. Mesh sizes: The size of mesh shall be determined by measuring the minimum clear distance between the wires forming the parallel sides of the mesh, measured in either direction. The tolerance in the size of 1-3/4 and 2 -inch mesh shall be plus or minus 1/8 inch; for 1 -inch mesh, plus of minus 1/16 -inch. 4. Wire diameter: The diameter of the coated wire shall be determined as the average of two readings measured to the nearest 0.001 -inch taken at right angles to each other on the straight portion of the parallel sides of the mesh. The tolerance in the diameter of the coated wire shall be plus or minus 0.005 -inch. E. SELVAGE Fabric shall be furnished with twisting and barbing on both selvages. F. WORKMANSHIP The chain link fence fabric shall be made of high-grade materials and with good workmanship. The zinc -coating shall be applied in a continuous process and shall not be applied to the fabric in roll form. Excessive roughness, blisters, salammoniac spots, bruises CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. El 2141 323114 - 3 and flaking shall be noted. These and other obvious defects, if present to any considerable extent, may provide a basis for rejection. 2.04 BARBED WIRE Barbed wire shall consist of 3 strands of 12-1/2 gauge wire with 14 gauge 4 -point barbs spaced approximately 4 inches apart. All wire shall be zinc coated with a minimum coating of .80 ounces per square foot of surface area on 12-1/2 gauge wire and .60 ounces per square foot of surface area on 14 gauge wire. 2.05 CONCRETE Concrete shall have a minimum compressive strength of 2000 p.s.i. at 28 days and shall be hi accordance with Section 033053 - "Cast In Place Concrete". 2.06 FEATURES A. GATES Gates shall be swing type complete with latches, stops, keepers, hinges. and provisions for padlocking. 1. Gate Frames: Gate frames shall be constructed of tubular members (round or square) welded at all comers or assembled with fittings. On steel, welds shall be painted with aluminum based or zinc based paint. Where comer fittings are used gates shall have truss rods of 3/8 -inch nominal diameter to prevent sag or twist. Gate leaves shall have vertical intermediate bracing as required, spaced so that no members are more than 8 feet apart. Gate leaves 10 feet or over shall have a horizontal brace or one 3/8 -inch, diagonal truss rod. Dimensions and weights of gate frames shall be as shown in Table above. Gate filler shall be of the same fabric as specified for fence and shall be attached securely to gate frame at intervals of 15 inches. 2. Fabric: Fabric shall be the same type as used in the fence construction. The fabric shall be attached securely to the gate frame at intervals not exceeding 15 -inches. 3. Hinges: Hinges shall be of adequate strength for gate, and with large bearing surfaces for clamping in position. The hinges shall not twist or turn under the action of the gate. The gates shall be capable of being opened and closed easily by one person. 4. Latches, Stops, and Keepers: Latches, stops, and keepers shall be provided for all gates. Latches shall have a plunger -bar arranged to engage the centerstop, except that for single gates of openings less than 10 feet wide a forked latch may be provided. Latches shall be arranged for locking. Center stops shall consist of a device arranged to be set in concrete and to engage a plunger bar of the latch of double gates. No stop is required for single gates. Keepers shall consist of a mechanical device for securing the free end of the gate when in the full open position. CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 323114-4 B. POSTS Posts shall be of the lengths specified and shall be tubular, except that lineposts may be H - beam. C. POST BRACES Post braces shall be provided for each gate corner, pull, and end post and shall consist of a round tubular brace extending to each adjacent line post at approximately mid -height of the fabric, and a truss consisting of a rod not less than 3/8 -inch in nominal diameter from the line post back to the gate, corner, pull, or end post, with a turnbuckle or other equivalent provision for adjustment. D. POST TOPS Post tops shall consist of combination tops with barbed wire supporting arms. The top shall be provided with a hole suitable for the through passage of the top rail. The post tops shall fit over the outside of posts and shall exclude moisture from tubular posts. E. SUPPORTING ARMS Barbed wire supporting arms shall be at an angle of approximately 45° and shall be fitted with clips or other means for attaching 3 strands of barbed wire. With 45° arms, the top wire shall be approximately 12 inches horizontally from the fence line and the other wires spaced uniformly between the top of the fence fabric and the outside strand. Barbed wire arm shall be of sufficient strength to withstand a weight of 200 lbs. applied at the outer strand of barbed wire. F. TOP RAILS Top rails shall be round (tubular), shall be in lengths not less than 18 feet, and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings, shall be not less than 6 -inches long, with .070 minimum wall thickness, and shall allow for expansion and contraction of the rail. Open seam outside sleeves shall be permitted only with a minimum wall thickness of .100 inches. Suitable ties or clips shall be provided in sufficient number for attaching the fabric securely to the top rail at intervals not exceeding 2 feet. Means shall be provided for attaching the top rail to each gate, comer, pull, and end post. G. STRETCHER BARS Stretcher bars shall not be less than 3/16 by 3/4 inch and not be less than 2" shorter than the full height of the fabric with which they are to be used. The stretcher bars shall be arranged for attaching the fabric to all terminal posts by threading through the fabric, by hand, or by other positive mechanical means. One stretcher bar shall be provided for each gate, and end post, and two for each comer and pull post. CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 323114 - 5 H. TIES OR CLIPS Ties or clips of adequate strength shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 -inches. 1. BANDS OR CLIPS Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 -inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of .115" after galvanising with a minimum width of 7/8 of an inch +.015". 3.0 CONSTRUCTION METHODS 3.01 GENERAL All materials and workmanship shall be of first class in every respect, shall be done in a neat, workmanlike manner 3.02 POST SPACING Line posts shall be spaced at intervals not to exceed 10 feet average when measured from center to center between terminal posts. In general, in determining the post spacing, measurement will be made parallel to the slope of the natural ground, and all posts shall be placed in a vertical position except where designated otherwise by the owner or the representative of the owner. 3.03 POST SETTING All posts shall be set in holes of diameter and depth as indicated below. After the post has been set and plumbed, the hole shall be filled with 2,000 p.s.i. concrete. The exposed surface of the concrete shall be crowned to shed water. Table of Post Hole Diameter and Depth Type Hole of diameter Hole Post Post at top Depth Embedment Line 9" 38" 36" Terminal 12" 38" 36" 3.04 TERMINAL POST End, corner, gate and pull posts shall be set as shown hereinbefore, and shall be braced to the nearest post with a galvanized pipe horizontal brace used as a compression member, and a galvanized 3/8 -inch steel truss rod and truss tightener used as a tension member. All changes in direction of fence line of 30 degrees or more shall be considered as corners. Pull posts shall be used at all abrupt changes in grade. CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 323114 - 6 3.05 CHAIN LINK FABRIC Fabric shall be placed on the side of the fence as designated by the owner or his representative. The fabric shall be stretched taut approximately 2 -inches above the ground, and securely fastened to the posts. The fabric shall be cut and each span shall be attached independently at all terminal posts. Fastening to terminal posts shall be with stretcher bars and fabric bands spaced at maximum 15 -inch intervals. Fastening to line post shall be with tie wire, metal bands, or other approved method, attached at maximum 15 -inch intervals. The top edge of the fabric shall be fastened to the top rail with wire ties at intervals not exceeding 24 -inches. The bottom edge of fabric shall be fastened to the bottom tension wire with wire ties at intervals not exceeding two feet. Rolls of wire fabric shall be joined by weaving a single strand into the ends of the rolls to form a continuous mesh. END OF SECTION CHAIN LINK FENCE Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 323114 - 7 SECTION 409002.01 SUMMARY OF WORK — EXISTING SCADA SYSTEM INTEGRATION 1.00 GENERAL 1.01 WORK INCLUDED A. Integrate new generator I/O status and alarm points into the existing Pump Station SCADA system. 1. Electrical contractor shall provide any and all materials, equipment and incidentals required to connect the new generator status and alarm I/O points into the existing Pump Station control system and display in the existing City SCADA system. Integration contractor shall coordinate with the electrical contractor the acquisition and installation of any and all wiring, equipment and materials required. The City SCADA system is located at the O. N. Stevens Water Treatment Plant 2. Integration contractor shall make any and all terminations required and provide any and all PLC programming required to integrate the new generator status and alarm I/O points into the existing Pump Station control system and display in the existing City SCADA system. The City SCADA system is located at the O. N. Stevens Water Treatment Plant. The local HMI at the Pump Station shall also be updated with new generator status and alarms. a. Pump station sequence of operations shall be defined during workshops with City SCADA and Operations personnel prior to beginning of construction. 3. Integration contractor shall provide any and all labor, equipment, tools, and consumable supplies required to integrate the new generator alarm and status I/O points into the existing Pump Station control system and City SCADA system. 4. Electrical contractor shall provide any and all materials, equipment and incidentals required to connect the new Automatic Transfer Switch (ATS) status and alarm I/O points into the existing Pump Station control system and display in the existing City SCADA system_ Integration contractor shall coordinate with the electrical contractor the acquisition and installation of any and all wiring, equipment and materials required. The City SCADA system is located at the O. N. Stevens Water Treatment Plant 5. Integration contractor shall make any and all terminations required and provide any and all PLC programming required to integrate the new ATS status and alarm I/O points into the existing Pump Station control system and display in the existing City SCADA system. The City SCADA system is located at the O. N. Stevens Water Treatment Plant. a. Pump station sequence of operations shall be defined during workshops with City SCADA and Operations personnel prior to beginning of construction. 6. Integration contractor shall provide any and all labor, equipment, tools, and consumable supplies required to integrate the new ATS status and alarm I/O points into the existing Pump Station control system and City SCADA system. 7. The Contract Documents do not indicate or describe all of the Work required to complete this integration. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. SUMMARY OF WORK — EXISTING SCADA INTEGRATION 409002.01 - 1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Prior to the commencement of any integration work, Integration contractor shall as - build the existing pump station control system in its entirety and provide these as -built drawings to the City. 2. Electrical contractor shall install any and all conduits, cable trays and interconnecting wiring and cabling required from the new generator control panel I/O modules to the existing Modicon PLC cabinet located in the Pump Station electrical room 3. There shall be, at a minimum two (2) generator I/O points that shall be hard -wired as above from the generator into the existing Station PLC. These I/O points are as follows: a. GENERATOR RUNNING b. GENERATOR SYSTEM ALARM 4. There shall be, at a minimum two (2) generator I/O points to be communicated from the generator control system into the existing Station PLC by means of MODBUS communications. These I/O points are as follows: a. LOW FUEL ALARM b. BATTERY CHARGER FAIL ALARM c. Additional alarm and status points generated by the local generator annunciator and transmitted via MODBUS communications may be requested at a later date. 5. Integration contractor shall perform any and all wiring and communications cable terminations required and perform any and all PLC logic program modification required to integrate these four (4) and generator alarm and status signals into the existing PLC system. 6. Electrical contractor shall install any and all conduits, cable trays and interconnecting wiring and cabling required from the new Automatic Transfer Switch (ATS) UO points to the existing Modicon PLC cabinet located in the Pump Station electrical room. 7. There shall be, at a minimum two (2) ATS I/O points that shall be hard -wired as above from the ATS into the existing Station PLC. These I/O points are as follows: a. MAIN POWER FAIL b. CONNECTED TO GENERATOR 8. There shall be, at a minimum two (2) ATS I/O points to be communicated from the ATS control system into the existing Station PLC by means of MODBUS communications. These I/O points are as follows: a. CONNECTED TO UTILITY POWER b. UTILITY AVAILABLE 9. Integration contractor shall perform any and all wiring and communications cable terminations required and perform any and all PLC logic program modification required to integrate these four (4) alarm and status signals into the existing PLC system. 10. Integration contractor shall perform any and all SCADA HMI program modification required to integrate these eight (8) alarm and status signals into the existing City SCADA system located at the O.N. Stevens Water Treatment Plant. This shall include SUMMARY OF WORK — EXISTING SCADA INTEGRATION 409002.01 - 2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 any and all modifications required to existing HMI screens and generation of any and all new HMI screens required for a fully functional SCADA system per the City SCADA system standards. 11. Contractor shall also provide (10) additional Status/Alarm points communicated via MODBUS from generator and/or ATS. These I/O to be defined during workshops with City SCADA and Operations personnel prior to beginning of construction. 12. System shall be programmed with a "Generator Mode" to only allow one (1) pump to operate at any given time when generator is operating. System shall alert Operators when the plant is operating on generator power, lock out all but one (1) pump, and alert when system back to normal. Specifics to "Generator Mode" logic and HMI screen requirements to be defined during workshops with City SCADA and Operations personnel prior to beginning of construction. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. STAPLES STREET PUMP STATION IMPROVEMENTS PROJECT E12004 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None known at this lime B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. SUMMARY OF WORK — EXISTING SCADA INTEGRATION 409002.01 - 3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION SUMMARY OF WORK — EXISTING SCADA INTEGRATION 409002.01 - 4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 VI. wtgqs Ili 1 111 1145 : i 1 q A 2103 SN4?d Ng r WREN 1.11. NW Of STAPLES AND NAHGAIgN LATER PIMP STATIONS ALTERNATE POTTER GENERANNN TITLE SHEET AND PLAN WDFX CITY of CORPUS CHRISTI TEXAS DeperLmeni of Engineering Senses III nth MMEMEMEM 11 wWftC1d n ew„, 01111944. G7 Ry 0 6 NOTATION DETAIL IDEMIFICATION SYSIBM / a�ffnr sm.ry on ovr�i Mme DETAIL • MATERIALS SI ttL: *TR DEI, -TI' MINIMUM An T E GEOTECHNICAL m 1 m^ F Z -3 5 Z A RR ## 3y� p� R .R A1 a y F ^ ^a A � �'� Pik 2 V.A '� F G ?i , r i 3F 45 dddTr rm F 4 ^y TmF "y F �qR: RA 5 ' T ^ 4^ q4q ��F ^ 3Y i Lm2 i d i � z N F_ F a DESIGN SIDS. & CODES OF PRACTICE GENERAL NOTES I. , T §F dyer tip�9 = S I. .4.6Po € $ts ��py die E YOU CNG? Mme.° . r-$ .0 g 4 O M�m EFTS r ggF @ iP_ v. ® k LES S a - £ a a ,. �� m 9 m STAPLES AND NAVIGATION WATER PUMP STATION ALTERNATE POWER GENERATIONWI CITY of CORPUS CHRISTI TEXAS DeFo.rmenr or Fn Services gineering .. . '' I r' ' 1 „,'"„"r°" " _m, '"'�'"' Cr/ GENERAL NOTES & DESIGN CRITERIA x0 9 STAPLES AND NAVIGATION WATER PIMP STATION ALTERNATE PONER GENERATION GENERATOR & ATS/DISCONNECT FOUNDATION PLANS © NAVIGATION Clic of CORPUS CHRISTI TEXAS u'epo4men! er Engineering Services Alarr 1,11:72%:: n ipkamore1.b . I ounerawe a..,▪ :A . _gym. aL sz N C L L L AMP ■r J 7 N '- iv. L__ J J iSv Ma STAPLES AND NAVIGATION WATER PlAt STATION ALTERNATE FOYER GENERATION FO PLAN @J STAPLES CITY of CORPUS CHRIST TEXAS Cegartment or Engineering Serr.ieee UWIF ne6 . %g: waw 1 tamer 1strAyors EN LIGHTING x D 7111 I 1 1 z ® I ,P 5-41' R gyy A mm S' L ., ,y ey € i5yq R } u 9 y 0a ` T .1•, 1 d T T p$ . 4 4 Pi �I f LJ LJ a U S .. li $ { l d „_}1 1 r T J T 4 Q 1 A Y Y Y T T 1 M/liThi' q ' ,SRR P 9' , S�F. R AJ a0 0 Wgi 4 G 9 F ..' . i n y4 II 6 i GENERAL SYMBOLS / A" i 4ecave0E0®0O@zeg-( xs,.•y■•,T *j1 T.1iId., g g i$SI tt$ r / •'- 5 c STs Q i€ g. PLAN . g 9 9& € Arll 4 1 g gl 10 lg @ 1 !IX IX X" ., fl � � Yy J a X30 x -x 9a GENERAL NOTES Beggo p @p# A ne L R N D s� 9 F Fx 7-1 Us ,. Iw STAPES AND N441GATION NATER PUMP STATIONS ALTERNATE Pp ER GENERATIGN CITY of CORPUS CHRIST; TEh'ASss*MUMS Deportment of Engineering Services RVIr11�--- a/ IL r . My.� •"'' "• r m ELECTRICAL LEGEND _ reusoppooeuermmoo -.70 �u�s.sarc+n em.�a I 0 7 000000 SRA 41 o. Nrc omno 'TALES AHD NAVIGATION MATER PUMP STATIONS ALTERNATE BONER GENERATION ELECTN?CAL. DEMOUPON PLAN NAV GAT ON PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services flI WiS VOLES. WWII. WRNS nTX M1 m+iUREA aw mlk 0 00 e. 000 0 C) N„5 Fmnq 'TALES AHD NAVIGATION MATER PUMP STATIONS ALTERNATE BONER GENERATION ELECTRICAL NEW WORK PLAN NAV7GAT?ON PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services RLPIWiS VOLES. WWII.h UMW `wppin! P .M • i • $a m se z 2 2 fe4 flrE DEIMISTIVI ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE POKER GENERATION ELECTRICAL ELEVATfONS NAV7GAPON PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtreot of Engineering Services fli teasIN= WiS VOLES. E1l WRNS n[P,I 0W.9M 0 m 0 m 0 a L r -- — SUCTION — a n� 2 L u r L flrE ;TALES AHD NAVIGATION MATER PUMP STATIONS ALTERNATE BONER GENERATION ELECTRICAL ONE LINE DIAGRAM DEMOLITION NAV7CAPCN PUMP STATION CITY of CORPUS CHRISTI TEXAS Oeportmen[ 07 Engineering Services RLPIn 40444 snc`4s s5444S5s. min`•' WRNS nTX M1 m+iUREA aw m 01 m P, z CLo tV.1 o of tl L u L u L u _s J g flrE c ;TALES AND NAVIGATION MATER PUMP STATIONS ALTERNATE BONER GENERATION ELECTRICAL NEW ONE UNE DIAGRAM NAV7GAPON PUMP STATION C1TY of CORPUS CHRISTI TEXAS Oeportrtren[ of Engineering Services RLPILn WiS VOLES. WWII. M1 `� UREATX Mil0 .M ANA NEW Is 11.117.14 1.11. flrE ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE POAER GENERATION ELECTRICAL DEWS N4V7GA77ON PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtxnt of Engineering Services flI .gio LP IL teasPEVITUTVI IN= WiS VOLES. i$TE1lWRNS UREA i 1.„0.2214 m 7::: IN �It �■■in Lamistenni Is 11.117.14 1.11. flrE ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE POAER GENERATION ELECTRICAL DEWS N4V7GA77ON PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtxnt of Engineering Services flI .gio LP IL teasPEVITUTVI IN= WiS VOLES. i$TE1lWRNS UREA i 1.„0.2214 m ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE PO ER GENERATION ELECTRICAL SCHEDULES NAVIGATION PUMP STATION C!TY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services 13511,11 MiMMMME rkw.m neux wrT w ..A 22222 UREA u2. WWI TX i WRNSPSI 222224 m ca e 6 6 6 6 6 6 6 6 6 6 6 6 6 8 gg � X56 TTZT 7i; A 1� 11. @@ 1 cg s e "s 0 0,A F G P C O A dD g i gg''' CLCLCtHlw !? 6 2 i 4' i3. g # hl'` f l a w; :;3 Q 4 i Jg 11g4 4g14 ii Mi iii 1 i g I i liffi it r Fii J rill 1 q 3 v t ytyy h i yy it yy ¶ h 6 sx zt 3 S Y 0819V. TOR SUMS SWITCH PUNIER STATUS ALARM g 'n 'U$ it ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE PO ER GENERATION ELECTRICAL SCHEDULES NAVIGATION PUMP STATION C!TY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services 13511,11 MiMMMME rkw.m neux wrT w ..A 22222 UREA u2. WWI TX i WRNSPSI 222224 m ca PANEL "L1" - SCHEDULE .,., 2* V C. S-oNASE -.f£ 2265 ri 42 *T YEW. a SLIRiACT: aRPu1P aJ5, IMRRYIPr GWACm - 10 Y.YC & H e p13��up���e� gg � X56 TTZT 7i; A 1� 11. @@ 1 cg s e "s 8g 0,A p �1 pp LtL g p gg''' CLCLCtHlw !? 6 2 i gg€ yyI.g hl'` F•I1"F+H-r' o £ w; :;3 Q Y 1 i g 1I 1 Fii J 1 q ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE PO ER GENERATION ELECTRICAL SCHEDULES NAVIGATION PUMP STATION C!TY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services 13511,11 MiMMMME rkw.m neux wrT w ..A 22222 UREA u2. WWI TX i WRNSPSI 222224 m ca & H e gg � PP 7i; A 1� 11. 1 cg 1 1 g 5( a aa 4§ E p gq A 6 2 i g o £ i 1 Q Y 1 i g 1I 1 Fii J 1 q ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE PO ER GENERATION ELECTRICAL SCHEDULES NAVIGATION PUMP STATION C!TY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services 13511,11 MiMMMME rkw.m neux wrT w ..A 22222 UREA u2. WWI TX i WRNSPSI 222224 m ca Itin.1010M1.1.1.111•5,1016.11•11.ftIMMIE..gam.D.R.E.sww.10 11- 1.1.1.1,•Dk.10.6.1.1..11.1.1•YdImE11.04.• a 10 gni NI 41 11.11.1 1.11. Delmcnnq STALES PhD NAVIGATION WATER PUMP STATIONS ALTERNATE POE R GENERA -MN ELECTMCAL DEMOL?P061 PIAN STAPLES PUMP STATON CITY of CORPUS CHRIST! TEXAS Cleportrrreot ot Engineering Services 1:1 fli rill .L.AP LP IL 11.1=1 DOM .10r oevsn.r. SMS VOLES. WV 11. WRNS UREA TX 76411 m '12 6�S C 0 000 G D O C IR � J F A � �± 7� S aar E mi Ti 5P 1 , € � a k d o flrE STALES AND NAVIGATION MATER PUMP STATIONS ALTERNATE BONER GENERATION ELECTRICAL NEW WORK PLAN STAPLES PUMP STATION C1TY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services fll WiS VOLES. WWII. UREA M1 WRNS emTX aw m_ 2 9d 'TALES AHD NAVIGATION MATER PUMP STATIONS ALTERNATE EVER GENERATION ELECTRICAL ELEVATIONS & SECTIONS STAPLES PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtren[ 07 Engineering Services fll WiS VOLES. WRNS UREA n[E1l MI 0. m STOLES AND NAVIGATION WATER PUMP STATIONS ALTERNATE POKER GENERATION ELECTRICAL ONE LINE DIAGRAM DEMOLITION STAPLES PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services fli WiS VOLES. NS UREA n[WWII. crn MI MiI WM. m ga T • • 6 °,0 °c wnnwr wW 1.1 Eo iarm.= flrE STAPLES AND NAVIGATION WATER PUMP STATIONS ALTERNATE BONER GENERATION ELECTRICAL NEW ONE UNE DIAGRAM STAPLES PUMP STATION C1TY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services RLP I s is s$T.PLgs. ncWWII. WRNS UREA TX M1 Mil WM. ®0 n z • •II •• i4 9i 3. KIR 1® Is 11.117.14 1.11. flrE ;TOLES PND NAVIGATION WATER PUMP STATIONS ALTERNATE POAER GENERATION ELECTRICAL OE 4(LS STAPLES PUMP STATION CITY of CORPUS CHRIST! TEXAS Oeportrtren[ of Engineering Services RLOWn WiS VOLES. WRNS UREA n[E1l MIMaffir m a k k Y tl B t3 a e a f a e s s s s a s s s s s u s s 8 ii gmmmem�mmmmmm� € d 1 i P R 2222$ 1 22222E PS< kk 9#fir@0t4 5 iiiiiiiiiiii .w 1 � I yg g 3 1 g.. 2 a a x n e u o G F F F x F 8 F F; G F G I LIP H11111111 g tl Q tl P Q G Q P Q 5 i 6 11 1 < < K K yy k k Y tl B t3 a e a f a .... - 0 i5 it as ae PANEL Lr SCHEDULE usawaTti NEM 1&MACE. amwnewYHHIEFRUPTCAFACITY. rnwc b E ii 8 ii gmmmem�mmmmmm� € d 6 P R P 3. 22222E PS< kk 9#fir@0t4 5 00 .w 5E11 6 I yg g 3 k k Y tl B t3 a e a f a .... - 0 i5 it as ae PANEL Lr SCHEDULE usawaTti NEM 1&MACE. amwnewYHHIEFRUPTCAFACITY. rnwc b E mmm fi ii gmmmem�mmmmmm� ii 6 1 2 3. 22222E kk 9#fir@0t4 00 .w 5E11 6 OU gr yg g 1 g.. Y a x n e u o 9F6 0 flrE PND NAVIGATION WATER PUMP STATIONS ALTERNATE POKER GENERATION ELECTRICAL SCHEDULES STAPLES PUMP STATION C1TY of CORPUS CHRIST! TEXAS Oepmrtrrten[ ml Engineering Services DOMcooeu nxrwrT 4�fw..e. {S VOLES. TX 76411 11. ern PSIernir m PANEL 'L2" SCHEDULE saetiM lari. MA WINK. PEI.W 1 ENFACE. aRc Eu? MEMUPTCFPFCIW- 1PKuc b E W R 5 fi ii 6 3. 22222E 5E11 6 OU gr yg g 1 g.. Y a x n e u o flrE PND NAVIGATION WATER PUMP STATIONS ALTERNATE POKER GENERATION ELECTRICAL SCHEDULES STAPLES PUMP STATION C1TY of CORPUS CHRIST! TEXAS Oepmrtrrten[ ml Engineering Services DOMcooeu nxrwrT 4�fw..e. {S VOLES. TX 76411 11. ern PSIernir m 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications, and Contract Documents 4 this Bid Propos I is submitted byMcDonald Municipal and. Inustrial - A Division of{ p, company) on: October 12, 2016 for Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Staples and Navigation Water Pump Stations Alternate Power Generation Projec t No. E12141 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ctric, Inc. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid Is accepted, to enter Into an Agreement with Owner on the form included In the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: 0.132"-''1 ''''111 y Ad lertdILint otx� ..rte .. •' q. 1. nate s F -cr= v:1 ' 1 S +r - ,Y: Si<grlattire�gc o►#uiedg None Bid Acknowledgement Form Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 00 30 00 -1 Rev al -13-2016 'ti�4fr en Um Nott r4dderi�]rirtt 'gt}aue'cCnauulecEgirigyRerrelpt; ARTICLE 3 —BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the her related data identified In the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced In reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings_ 3.05 The Bidder has considered the: A. Information known to Bidder; 8. Information commonly known to contractors doing business in the locality of the Site; C. information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form Staples and Navigation Water Pump Stations Alternate Power Generation Protect No. E12141 003000-2 Rh. 01-13-2016 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified In the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception al! prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for ail Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column w1II be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, In the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 0045 16STATEMENT OF Bid Acknowledgement Form 00 30 00 - 3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev01-19-2016 EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 --TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 1.80 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment In accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 —ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BI© ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 110 FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECI1ON 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 —DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 —VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in Bid Acknowledgement Form CO 30 00 - 4 Staples and Navigation Water Purnp Stations Alternate Power Generation Protect No. E12141 Rev 01-13 MI6 this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10,03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the indlvidual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 00 30 00 -S Rev 01.13-x016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: McDonald Municipal and Industria]- A Division of C. F. McDonald Electric, Inc. Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) Wayne Berkenmeier (individual's signature) (typed or printed) Vice President Special Projects (typed or printed) Diane Dollar, Secretary/1 reawyktuarssignature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Texas 74-1540453 5044 Timber Creek Houston, TX 77017 713-921-1368 Email: wayneb@mcdonaldinc.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 ri�'v 01=13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required t� underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is nota resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of l Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: McDonald Municipal and Industrial - A Division of C. F. McDonald Electric, Inc. Company Name: By: Name: Title: Business address: (typed or pin (signature -- attach evidence of authority to sign) Wayne Eerkennzeier (typed or printed) Vice President Special Projects 5044 Timber Creek Houston, TX 71017 Phone: 713-921-1368 Email: waynebemcdonaldinc.com END OF SECTION Compliance to State Law on Nonresident Bidders Staples and Navigation Water Pump Stations Alternate Power Generation Project No. [12141 00 30 02 - 11-25-2013 00 30 05 City of Corpus Christi Disclosure of interest SUPPLIER NUMBER TO DE ASSIGNED BY-CITY— = YCfiY—.' = PURCilAS NG DIVISION City of Corpus Chnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 l2, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Municipal and Industrial- A Division of C. F. McDonald Electric, Inc. P. O. BOX: STREET ADDRESS: 5044 Timber Creek CITY: Houston ZIP: 77017 - FIRM IS: 1. Corporation 2. Partnership B 3. Sale Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) None 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% ar more of the ownership in the above named "firm." Name Title None 3. State the narnes of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee None 4. State the names of each employee ar officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the .subject of this contract and has an "ownership interest" constituting 3% ar more of the ownership in the above named "firm." Name Consultant None City of Carpus Christi Disclosure of Interest 003015-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary, [Ethics Ordinance Section 2-349 (d)j CERTIFICATION I certify that ail information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Wayne Berkenrneier Tine: Vice President Special Projects (Type or Print) Signature of Certifying Date: 10/12/16 Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit"- An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm" Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, IQity Manager, Deputy City Manager, Assistant City Managers, Department and Division Pleads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity, "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements" "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. g. City of Corpus Christi Disclosure of Interest 003005-2. Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. McDonald Municipal and Industrial - A Division of C. F. McDonald Electric, Inc. Company Name: By: Name: Title: Business address: 1' hone: (typed or printed) (signature -- attach evidence of authority to sign) Wayne Berkenrneier (typed or printed) Vice President Special Projects 5044 Timber Creek HouSJon, TX 77017 713-921-1368 Email: wayneb@rncdonaldinc.com END OF SECTION Non -Collusion Certification Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 003006-1 11-25-2013 00 30 01 BID FORM Project Name; Staples and Navigation Water Pump Stations Alternate Power Generation Project Number: E12141 Owner: CityofCorpus Christi Bidder: _N-lcDonald I un ;opal aiid Induslria l'- A iiivi .ion of.C. F..i ICDona1d Electric, Inc OAR: LS Designer; Bath Engineering Item DESCRIPTION UNIT ESTIMATEDUNIT 1 {it JANIIry PRICE EXTENDED AMOUNT . Base Bid Part A - Generator Installation (per SECTION 01 20 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 S 50,0043.ii(1 5., 50,0410:00 A2 Concrete & Earth Work LS 1 $17,000.00.$ }. 75,000.00 A3 Temporary Generator & Fuel EA 7. S 20,000.00 "20 000.00. A4 Generator,Enclosure & Fuel tank EA 7. _$`1[.10.00o,t.0- s 200,000.00 A5 Automatic Transfer Switch EA 2 S 73,000.0( $ 150,000.017 A6 Electrical Work LS 1 S 201,369.00 5 201,:36.9.00 A7 SCADA Integration LS I- S ..50,000.01 y, . 50,000.00 A8 Fence Modifications (Navigation site only) LS 1. 2;500.08 5 2,500.00 SUBTOTAL PART A - GENERAL (Items Al thru AE) $ 8.48,4.59,00': Part B -ALLOWANCES (per SECTION 01 23 10 ALTERNATES ANL) ALLOWANCES) S 848,869 00 SUBTOTAL PART B - AEP Allowance (Item B1) B3. AEP Electric Utility Allowance L5 1 Q 00_1W. SUBTOTAL PART B » ALLOWANCES (Item B1) ''s BID SUMMARY SUBTOTAL PART A - Generator installation (Items Al thru AR) S 848,869 00 SUBTOTAL PART B - AEP Allowance (Item B1) S 20,000.00; TOTAL PROJECT BASE BID (PARTS A THRU B) 5 968,869 00 Contract Times Bidder agrees to reach Substantial Completion in 180 days Bidder agrees to reach Final Completion in 210 days Bid Form Staples and Navigation Water Pump Stations Alternate Power Generation Project No. 512141 Page 1 of 1 Rev 01-134016 MERG HAt'T BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK Bond No. KNOW ALL PERSONS BY THESE PRESENTS: That McDonald Municipal & Industrial, a Division ofC.F. McDonald Electric, Inc. (hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to The City of Corpus Christi (hereinafter called the Obligee) in the full and just sum of ( 5% GAB Five Percent Greatest Amount Bid Dollars good and lawfui money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 16thday of September 2016 THE CONDITION OF THIS OBLIGATION l5 SUCH, that, if the Obligee shall make any award to the Principal for Construction of Staples and Navigation Pump Stations Alternate Power Generation - Project No. E12141 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the _ Merchants Bonding Companv (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TEST k "ON WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. ►.� By Witness: McDonald Municipnd trial a Division of , cDo u f d Electric, Inc. CON 0333 (2/15) Principal Wayne Berkenmeicr, Vice President Special Projec t Merchants Bonding Comp Mutual) Suellen Landriault, Attorney -in -Fact I • +: • -. r�'1 'r ',-- r^- r,• rV i —17 _• ' • s. .1: • - MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Brian A Schmulen; Gary F Banks; Henry D Childers; James B Kottwitz; Michael W Turner; SuEllen Landriault; William L Kottwitz Jr their true and lawful Altomey(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds. undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWELVE MILLION ($12,0OO,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bending, Inc., on October 24, 2011. "The President, Secretary. Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -h, -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Honda Department of Transportation only. it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and a.! consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Panda Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless priorwritten personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 4 -6th day of June , 2016 e„''-� 1't]t1,~• '.. MERCHANTS BONDING COMPANY (MUTUAL) '/ 41:* 4 C •©�Q'RPi? �'49•• MERCHANTS NATIt]NAL BANDING, INC, :?\ +1:-?:._ =gs 2443 0.1 I 1933 y• t.0 i ;• B7 ..,„.• ..... ..„,... ,,i, ....,‘,....? •.44, , .• •. STATE OF IOWA y �. ' * ; • .so` • COUNTY OF Dallas ss, President On this 15th day of June , 2016 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 0.� 0 z toys WENDY WOODY T.L Commission Number 784654 My Commission Expires _ June 20, 2017 0 Notary Pubh-wql.i. County, Iowa (Expiration of notary's commission does not Invalidate this instrument) I, William Warner. Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 16th day of September , 2016 POA 0014 (6/1 5) .01G Cpl • ,tom:' t 4��,;'- % s c, ' c� ;.c 2003 1933 c iy"•,,yy '•Fj a ...•• ... ..ja.. ' ...; Secretary MERCHANT, BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING. INC. P.O. Box 14498 • DES MOINES, IOWA 50306-3498 • (800) 678-8171 • (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.Q. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/1 5) ERCHANi BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498. DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.00v E-mail: ConsumerProtection©tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/15) 00 52 23 AGREEMENT This Agreement, for the Project awarded in December 13, 2016, is between the City of Corpus Christi (Owner) and McDonald Municipal and Industrial — A Division of C.F. McDonald Electric, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: STAPLES AND NAVIGATION WATER PUMP STATIONS ALTERNATE POWER GENERATION PROJECT NUMBER E12141 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Bath Engineering 5656 5. Staples Ste. 110 Corpus Christi Texas, 78411 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, PE — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd., #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23 - 1 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $750 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $750 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $868,869.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 2 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 RevO6-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 ATTEST ON: egamlayRebecca 6.99. ON:urwa*o:+ .. m. 02020tarchaard2 Odle: 2017.01.0615 6.59 -2601' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: rr a 2017.01.05 12:22:40 -06'00' Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) Diane Dollar Digitally slotted by Duma Dollar ON: onl6,ne Ddler, sC. F. 0.1.]Dwlald 83ertic. Inc:. au, email,dieneavnadonaldincoatff 04.18 Date: 2417.01.03 15:50:17 -0600' (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITY OF CORPUS CHRISTI Dreiaffly signed by Jeff Simonds DN: an.Jeff Edmonds, a, a FEngineerirg, emait=jeffreyo . ooae.cun, 9925 Date: 2017.01.06 12:17:40 -06'00' J.H. Edmonds, P.E. Director of Engineering Services M2016-157 BY COUNCIL 12/13/16 RH/ML AUTHORIZED Digitally signed by RHIML Date: 2017.01.06 14:29:53 -06'00' CONTRACTOR McDonald Municipal and Industrial — A Division of C.F. McDonald Electric, Inc. By: Title: Dgedty 1110m3 by Name BeMmekr Wayne Berkenmeier 006: 2016.12.16 095755 zeta Vice President Special Projects 5044 Timber Creek Address Houston, TX 77017 City State 713-921-1368 Zip 713-921-5109 Phone Fax wayneb@mcdona Idinc.com EMail END OF SECTION Agreement 00 52 23 - 6 Staples and Navigation Water Pump Stations Alternate Power Generation Project No. E12141 Rev06-22-2016 Client#: 23293 CFMCDI ACORDT„ CERTIFICATE OF LIABILITY INSURANCE DATE (MM/ODIYYYY)12116!2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ins. Assoc. of the S.W., LLC P. O. Box 441767 Houston, TX 77244 281 558-6363 CONTACT SuEllen Landriault NAME: PHONE 281 558-6363 FAX 2815584765 (A/C, No, Ext):(No): n A ESS, suellenl@ins-ias.com INSURER(S) AFFORDING COVERAGE NAIC B INSURERA: United Fire & Casualty Com 13021 INSURED / McDonald Municipal & Industrial, a Div. of C.F. McDonald Electric, Inc. 5044 Timber Creek Dr. Houston, TX 77017-5954 INSURER B : Travelers Prop. Cas. of Am 25674 INSURER C: Texas Mutual Insurance Com 22945 Westchester Surplus Lines INSURER 0 : p 10172 INSURER E: HCCES U S Specialty Insura 11243 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSR WVD POLICY NUMBER (I POLICY EFF IYYYY) POLICY EXP (MMIDDIYYYY) LIMBS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 85318281 04/01/2016 04/01/2017 / HOEpCCCURRENCE EACH $1,000,000 PR EMISES (EaEoacurrence) s1,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) 000 S 1,000,000 / PERSONAL 8 ADV INJURY GENERAL AGGREGATE s2,000,000 GEM_ AGGREGATELIMIT POLICY X APPLIESPER: JE a X LOC PRODUCTS-COMP/OPAGG 52,000,000 s A AUTOMOBILE X — _ X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ X SCHEDULEDBODILY AUTOS NON -OWNED AUTOS X X 85318281 04/01/2016 04/01/2017Ea COMacGdeBINEDnt) SINGLE LIMIT ( $1,000,000 $ BODILY INJURY (Per person) INJURY (Per eraccen) $ PROPERTY DAMAGE (Per accident) S $ B X UMBRELLA UAB EXCESS LIAB X OCCUR CLAIMS -MADE X X ZUP12T6274216NF 04/01/2016 04/01/2017 EACH OCCURRENCE 510,000,000 / AGGREGATE S10,000,000 DED X RETENT ON $10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / Af X TSF0001303563 04/01/2016 04/013 17 X T CATIATU- FORH. E.L. EACH ACCIDENT S1,000000 E.L. DISEASE - EA EMPLOYEE $1,000,000 / E.L. DISEASE - POLICY LIMIT $1,000,000 A D E Leased/Rented Pollution Liab Professional Liab X X 85318281 G27577313002 HSI1660487 04/01/2016 04/01/2016 04/01/2016 04/01/2017 *See Below 04/01/2017 *See Below 04/01/2017 *See Below DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space s required) Coverage: Installation Floater - Policy Number: 85318281; Policy Term: 04/01/2016 - 04/01/2017; $2,000,000 All Locations; $5,000 Deductible *Leased/Rented Equipment: $200,000 Per Item Limit; $1,000 Deductible *Pollution Liability: $5,000,000 Aggregate; $5,000,000 Each Pollution Condition; $25,000 Deductible *Professional Liability: $1,000,000 Each Claim; $1,000,000 Aggregate; $15,000 Deductible (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE D to r QUA_ (;) I (A.LAA-kr"-' ACORD 25 (2010/05) 1 of 2 #S321710/M319136 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CMF Attachments: Certificate holder notice Revised Updated.pdf CG7208-0215 EFF 2016.pdf CG2037-0413 EFF 2016.pdf CG2001-0413 EFF 2016.pdf CG0205-1204 EFF 2016.pdf CA7109-0106 EFF 2016.pdf CA7133-1210 EFF 2016.pdf SU085-0214 EFF 2016.pdf SU3331-1110 EFF 2016.pdf WC420304B-0614 EFF 2016.pdf WC420601-0194 EFF 2016.pdf WC990201 EFF 2016.pdf TMLHW-2001 EFF 2016.pdf ENV3100-0804 EFF 2016.pdf ENV3225-1008 EFF 2016.pdf ENV3143-0305 EFF 2016.pdf ENV3101-0804 EFF 2016.pdf Re: Staples and Navigation Water Pump Stations Alternate Power Generation; Project No. E12141 Certificate holder is completed to read: City of Corpus Christi, Contractor, Subcontractor and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them. SAGITTA 25.3 (2010/05) 2 of 2 #S321710/M319136 DESCRIPTIONS (Continued from Page 1) NOTICE TO CERTIFICATE HOLDERS In keeping with our client's request, we are providing you with a Certificate of Insurance using the latest ACORD 25 -Certificate of Liability Insurance (2010/05) form. Prior editions have been withdrawn by ACORD and are no longer available. Since these are copyrighted forms we use under licensing agreements, we must follow ACORD's usage instructions. 1. There are major differences in the form now being used: 2. The cancellation box has been changed to provide notice of cancellation to the certificate holder in accordance with policy provisions. The former language is no longer available and the new edition of the certificate cannot be altered because of copyright law. 3. The certificate holder's status as an Additional Insured is now shown by placing an "X" in the box to the right of the column titled "Type of Insurance." 4. If a Waiver of Subrogation is being given, it will also be shown by placing an "X" in the box to the right of the Additional Insured box. 5. The space on the certificate for the Description of Operations/LocationsNehicle has now been reserved for that use, and we are no longer allowed to insert wording that indicates status as an additional insured, waiver of subrogation, primary and non- contributory, etc. We are allowed to insert the name and number of the policy forms granting those extensions. Copies are attached for your review. We are also permitted to show a project name, lease #, contract #, etc. As the agent for the insured, we are here to try to make this transition as transparent and easy as possible. If you have a question or problem with the certificate you have received, please call Courtney Futch at (281) 531-2062. We will try to resolve your issue if possible. After January 1, 2012, all certificate forms used in Texas have to be approved by the Texas Department of Insurance. For further information, you may contact the Public Information Office, Texas Department of Insurance, P. 0. Box 149104, Austin, Texas 78714. For further information as to ACORD requirements, you may contact Acord by visiting their website at www.acord.org. POLICY NUMBER: 85318281 TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. CG 72 08 02 15 * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Coverage for non - owned watercraft is extended to 51 feet in length * Property Damage - Borrowed Equipment * Property Damage Liability - Elevators * Coverage D - Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E - Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate - $500 Deductible * Coverage F - Electronic Data Liability Coverage - $50,000 * Coverage G - Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate - $1,000 Deductible * Coverage H - Water Damage Legal Liability - $25,000 * Coverage I - Designated Operations Covered by a Consolidated (Wrap -Up) Insurance Program - Limited Coverage * Increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments: Loss of Earnings to $500 * For newly farmed or acquired organizations - extend the reporting requirement to 180 days * Broadened Named Insured * Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You * Contractors Blanket Additional Insured - Limited Products - Completed Operations Coverage * Automatic Additional Insured - Vendors * Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured - Managers or Lessor of Premises * Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured * Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations * Additional Insured - Consolidated Insurance Program (Wrap -Up) Off -Premises Operations Only - Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You * Additional Insured - Employee Injury to Another Employee * Automatically included - Aggregate Limits of Insurance (per location) * Automatically included - Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. * Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. * "Insured Contract" redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 14 CG 72 08 0215 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made at COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE . 3. Non -Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft (2) (a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage — Borrowed Equipment At 2. Exclusions the following is added to paragraph (4) of exclusion j. Damage To Property : This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 5. Property Damage Liability — Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6) of exclusion j. Damage To Property : This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D - VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of "your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 14 CG 72 08 0215 j. Damage to Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 2. COVERAGE E - CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only: a. Item (4) of Exclusion j. does not apply. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 3. COVERAGE F - ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A — Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the Toss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of "bodily injury" b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such Toss of use shall be deemed to occur at the time of the "occurrence" that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the `occurrence" that caused it. For the purposes of this Electronic Data Liability Coverage , "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 4. COVERAGE G - PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of "product recall expense" you incur as a result of a "product recall" you initiate during the coverage period. (2) We will only pay for "product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 14 CG 72080215 b. Exclusions This insurance does not apply to "product recall expense" arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of "your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) "Bodily Injury" or "Property Damage". (7) Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product". (11) "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is excluded by endorsement. (12) Any "product recall" initiated due to the expiration of the designated shelf life of "your product". 5. COVERAGE H - WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section I) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION 111 - LIMITS OF INSURANCE. 6. COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I — COVERAGES COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY : r. This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products -completed operations hazard" for any "consolidated (Wrap-up) insurance program" which has been provided by the prime contractor / project manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up) insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, non -renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 14 CG 72 08 02 15 C. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item 1.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION II - WHO IS AN INSURED A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following : a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction or Service Agreement With You a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability for "bodily injury', "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 14 CG 72 08 0215 1. `Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 2. `Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. Additional Insured — Limited Products Completed Operations Coverage a. Any person(s) or organization(s), but only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of "your work" performed for that additional insured and included in the "products -completed operations hazard" is an insured. However: (1) The insurance afforded to such additional insureds only applies to the extent permitted by law; (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (3) Coverage will cease five years from the completion of "your work" if: (a) a timeframe is not stipulated in the written contract or written agreement; or (b) a timeframe longer than 5 years is stipulated in the written contract or written agreement. However if a lesser timeframe is stipulated in the written contract or written agreement then that time frame will prevail. b. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. 7. Additional Insured - Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or "property damage", which may be imputed to that person(s) or organization(s) arising out of "your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 14 CG 72 08 0215 b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: I. The exceptions contained in Sub -paragraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 8. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (f) (g) A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 9. Additional Insured — Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 14 CG 72 08 0215 This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) afforded coverage by this additional coverage. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 10. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 11. Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or govemmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 14 CG 72 08 0215 b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal govemment, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". 12. Additional Insured Consolidated Insurance Program (Wrap -Up) Off -Premises Operations Only - Owners, Lessees or Contractors a. Any persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection 13. Additional Insured - Employee Injury to Another Employee With respect to your "employees" who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION II — WHO IS A NAMED INSURED is amended to read: a. "Bodily injury" or "personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 12 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. SECTION III - LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage H. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 14 CG 72 08 0215 3. The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. 9. Coverage G - Product Recall Expense Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of ail "product recalls" you initiate during the endorsement period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall" you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 13 of SECTION I1— WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION III — LIMITS OF INSURANCE , a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D - Voluntary Property Damage Coverage . For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 14 CG 72 08 0215 14. Subject to 5. of SECTION III — LIMITS OF INSURANCE , a $25,000 "occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E - Care, Custody and Control Coverage regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one "occurrence" regardless of the number of persons or organizations who sustain damages because of that "occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered `occurrences" during one policy period. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 15. Subject to 5. of SECTION III — LIMITS OF INSURANCE , the most we will pay for "property damage" under Coverage F - Electronic Data Liability Coverage for loss of "electronic data" is $50,000 without regard to the number of "occurrences". SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a. and b. are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an `occurrence" or an offense which may result in a claim. Knowledge of an `occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: I. How, when and where the `occurrence" took place; ii. The names and addresses of any injured persons and witnesses, and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense . (b) If a claim is made or "suit" is brought against any insured, you must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION 11 — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 14 CG 72 08 02 15 B. The following are added: 1. Condition (5) of 2.c. (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. 11. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. The following conditions are added in regard to Coverage G - Product Recall Expense In event of a "product recall", you must a. See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. Claims Handling (1) Within 15 days after we receive written notice of claim, we will: (a) Acknowledge receipt of the claim. If we do not acknowledge receipt of the claim in writing, we will keep a record of the date, method and content of the acknowledgment; (b) Begin any investigation of the claim; and (c) Request a signed, sworn proof of loss, specify the information you must provide and supply you with the necessary forms. We may request more information at a later date, if during the investigation of the claim such additional information is necessary. (2) We will notify you in writing as to whether: (a) The claim or part of the claim will be paid; (b) The claim or part of the claim has been denied, and inform you of the reasons for denial; (c) More information is necessary; or (d) We need additional time to reach a decision. If we need additional time, we will inform you of the reasons for such need. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 14 9. CG 72 08 0215 (3) We will provide notification, as described in (2)(a) through (2)(d) above, within: (a) 15 business days after we receive the signed, sworn proof of Toss and all information we requested; or (b) 30 days after we receive the signed, sworn proof of loss and all information we requested, if we have reason to believe the loss resulted from arson. If we have notified you that we need additional time to reach a decision, we must then either approve or deny the claim within 45 days of such notice. h. We will pay for covered loss or damage within 5 business days after: (1) We have notified you that payment of the claim or part of the claim will be made and have reached agreement with you on the amount of loss; or (2) An appraisal award has been made. However, if payment of the claim or part of the claim is conditioned on your compliance with any of the terms of this policy, we will make payment within 5 business days after the date you have complied with such terms. I. Catastrophe Claims If a claim results from a weather related catastrophe or a major natural disaster, the claim handling and claim payment deadlines described in a. and b. above are extended for an additional 15 days. Catastrophe or Major Natural Disaster means a weather related event which is: (1) Declared a disaster under the Texas Disaster Act of 1975; or (2) Determined to be a catastrophe by the State Board of Insurance. j. The term "business day", as used in this endorsement, means a day other than Saturday, Sunday or a holiday recognized by the state of Texas. k. We will issue Toss payment to the first Named Insured shown in the Declarations and any mortgagee or loss payee as designated. 14. Limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract" in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by ISO form CG 0035 with minimum limits of $2,000,000 per occurrence and a $6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined "insured contract" language. c. For the purposes of the Other Insurance condition of form CG 0035 you, the named insured, will be deemed to be the designated contractor. SECTION V - DEFINITIONS A. At item 12. Mobile Equipment the wording at f.(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight Tess than 1,000 lbs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. C. Item 9. "Insured Contract" c. is deleted and replaced with the following: c. Any easement or license agreement; D. Item 9. "Insured Contract" f.(1) is deleted E. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 13 of 14 CG 72 08 0215 24. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of "your product"; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense" means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 14 of 14 POLICY NUMBER: 85318281 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization to whom you have agreed to name as additional insured by written contract or agreement if the contract or agreement is executed prior to loss Locations designated and described in the above mentioned written contract or agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on be half of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. © Insurance Services Office, Inc., 2012 Page 1 of 1 85318281 ENDORSEMENT SPECENDP {0000) PRIMARY INSURANCE CLAUSE ENDORSEMENT THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART IT IS AGREED THAT TO THE EXTENT THAT THE INSURANCE IS AFFORDED TO ANY ADDITIONAL INSURED UNDER THIS POLICY, THIS INSURANCE SHALL APPLY AS PRIMARY AND NOT CONTRIBUTING WITH ANY INSURANCE CARRIED BY SUCH ADDITIONAL INSURED, AS REQUIRED BY WRITTEN CONTRACT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED All other terms, conditions, limitations and agreements of the policy remain unchanged. PREMIUM 500 SPEC END P (0000) POLICY NUMBER: 85318281 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: ON FILE WITH COMPANY 2. Address: 3. Number of days advance notice: 30 DAYS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 02 05 12 04 © ISO Properties, Inc., 2003 Page 1 of 1 POLICY NUMBER: 85318281 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COVERAGE INDEX Descriptio n TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE BROAD FORM INSURED EMPLOYEES AS INSUREDS ADDITIONAL INSURED STATUS BY CONTRACT, AGREEMENT OR PERMIT AMENDED FELLOW EMPLOYEE EXCLUSION TOWING AND LABOR PHYSICAL DAMAGE ADDITIONAL TRANSPORTATION EXPENSE COVERAGE EXTRA EXPENSE -THEFT RENTAL REIMBURSEMENT AND ADDITIONAL TRANSPORTATION EXPENSE PERSONAL EFFECTS COVERAGE AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE AIRBAG ACCIDENTAL DISCHARGE AUTO LOAN/LEASE TOTAL LOSS PROTECTION ENDORSEMENT GLASS REPAIR — DEDUCTIBLE AMENDMENT AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS WAIVER OF SUBROGATION REQUIRED BY CONTRACT UNINTENTIONAL FAILURE TO DISCLOSE HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE EXTENDED CANCELLATION CONDITION CA 71 09 01 06 Page 1 1 2 2 2 2 3 3 3 4 4 4 4 5 5 5 5 5 6 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold italics) are likewise for information only and by themselves shall be deemed to grant no coverage. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL B. BROADENED LIABILITY COVERAGES DAMAGE SECTION I — COVERED AUTOS , paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction. SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6 e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limit of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or "property damage". The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II. C. Limits of Insurance. For any covered "auto" you own this Coverage Form provides primary coverage. CA 71 09 01 06 C. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily Injury": (a) To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (b) To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; (c) For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or (d) Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. D. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III — PHYSICAL DAMAGE COVERAGE Coverage is amended as follows: (TOWING AND LABOR) 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: (a) For private passenger type vehicles or "light trucks" we will pay up to $75 per disablement. "Light trucks" have a gross vehicle weight (GVW) of 10,000 pounds or less. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6 (b) For "medium trucks" we will pay up to $150 per disablement. "Medium trucks" have a gross vehicle weight (GVW) of 10,001 lbs. to 20,000 pounds. However, the labor must be performed at the place of disablement. (PHYSICAL DAMAGE ADDITIONAL TRANSPORTATION EXPENSE COVERAGE) 4. Coverage Extensi ons a. Transportation Expense is amended to provide the following limits: We will pay up to $50 per day to a maximum of $1,000. All other terms and provisions of this section remain applicable. (EXTRA EXPENSE - THEFT) The following language is added to 4. Coverage Extensions: c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is $5,000. (RENTAL REIMBURSEMENT AND ADDITIONAL TRANSPORTATION EXPENSE) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto" of the private passenger or light truck (10,000 lbs. or less gross vehicle weight) type for which Physical Damage coverages apply. (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. CA 71 09 01 06 (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $35 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If "loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (PERSONAL EFFECTS COVERAGE) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is wom or carried by an "insured". Personal Effects does not include tools, jewelry, guns, musical instruments, money, or securities. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6 (AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE) (Deletion of Audio Visual Equipment Exclusion) f. Audio, Visual and Data Electronic Equipment Coverage. We will pay for "loss" to any electronic equipment that receives or transmits audio, visual or data signals and that is not designed solely for the reproduction of sound. This coverage applies only if the equipment is permanently installed in a covered "auto" at the time of the "loss" or the equipment is removable from a housing unit which is permanently installed in a covered "auto" at the time of the "loss", and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto." (1) We will pay with respect to a covered "auto" for "loss" to any accessories used with the electronic equipment described above. However, this does not include tapes, records or discs. (2) In addition to the exclusions that apply to Physical Damage Coverage with exception of the exclusion relating to audio, visual and data electronic equipment, the following exclusions also apply: We will not pay for any electronic equipment or accessories used with such electronic equipment that are: (a) Necessary for the normal operation of the covered "auto" for the monitoring of the covered "auto's" operating system; (3) or (b) Both: An integral part of the same unit housing any sound reproducing equipment designed solely for the reproducing of sound if the sound reproducing equipment is permanently installed in the covered "auto"; and Permanently installed in the opening of the dash or console normally used by the manufacturer for the installation of a radio. CA 71 09 01 06 (4) With respect to this coverage, the most we will pay for all "loss" of audio, visual or data electronic equipment and any accessories used with this equipment as a result of any one "accident" is the lesser of: (a) The actual cash value of the damaged or stolen property as of the time of the "loss"; (b) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or $1,000; minus a deductible of $100. An adjustment for depreciation and physical condition will be made in determining actual cash value at the time of loss. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. If there is other coverage provided for audio, visual and data electronic equipment, the coverage provided herein is excess over any other collectible insurance. (AIRBAG ACCIDENTAL DISCHARGE) D. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended as follows: The following language is added to Exclusion 3.: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. E. AUTO LOAN/LEASE TOTAL LOSS PROTECTION SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total "loss" to a covered "auto" shown in the Schedule pages, subject at the time of the "loss" to a loan or lease, we will pay any unpaid amount due on the lease or loan for a covered "auto" less: CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6 a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (5) Overdue lease / loan payments at the time of the "loss"; Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; Security deposits not returned by the lessor; Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and Carry-over balances from previous loans or leases. (GLASS REPAIR — DEDUCTIBLE AMENDMENT) Under D., Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. F. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, Subsection A., Loss Conditions , the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident," "claim," "suit" or "loss" will be deemed knowledge by you when notice of such "accident," "claim," "suit" or "loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; CA 71 09 01 06 (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization. G. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or "property damage." H. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, Subsection B. General Conditions , the following is added to 2. Concealment, Misrepresentation Or Fraud : Your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. I. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage provided by this endorsement, the following are deemed to be covered "autos" you own: (a) Any Covered "auto" you lease, hire, rent or borrow; and CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission . Page 5 of 6 (b) Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a) $50,000 per accident, or (b) actual cash value at the time of Toss, or (c) cost of repair. minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. J. A. (3) CA 71 09 01 06 This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overturn. EXTENDED CANCELLATI ON CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission . Page 6 of 6 POLICY NUMBER: 85318281 COMMERCIAL AUTO CA 71 33 12 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: 04-01 15 Countersigned By: (Authorized Representative) Named Insured: CF MCDONALD ELECTRIC INC SCHEDULE Number of Days' Notice Name Of Person Or Organization Address 30 DAYS ON FILE WITH COMPANY If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indi- cated in the Schedule. CA 71 33 12 10 © ISO Properties, Inc., 2003 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 000 D052 0 U Policy Number: ZUP12T6274216NF Waiver of Rights of Recovery Endorsement The following is added to paragraph O. of section VII. Conditions: o If, prior to an Occurrence, covered by this policy, you have agreed in a written contract, to waive your rights to recovery of payment for damages for Bodily Injury, Property Damage, Personal Injury, Advertising Injury or any Employee Benefits Liability Wrongful Act caused by that Occurrence, then we agree to waive our right of °o recovery for such payment. 0 m 03 0) r N 0) N N 0 0 U V EEM All other terms of your policy remain the same. SU085 02-14 2014 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 N O 0 8 0 0 0 Policy Number: ZUP12T6274216NF Notice of Cancellation Provided By Us The following is added to section VII. D. Cancellation of this insuring agreement and to any applicable state 8 amendatory endorsement forming a part of this policy that contains a provision that replaces section VII. D. Cancellation: oIf we cancel this policy for any statutorily permitted reason other than nonpayment of premium, we will mail notice of cancellation to any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 0 1. the first Named Insured sends us a written request to provide such notice, including the name and address of such person or organization, after you receive notice from us of the cancellation of this policy; and 2. we receive such written request at least 14 days before the beginning of the applicable number of days shown in the below schedule. co co We will mail such notice at least the number of days shown for cancellation in the below schedule before the effective date of cancellation. * 4 C 0 0 2 12T62742 IMEM smgm MEM Z a Eses IMES Schedule Number of days notice of cancellation 30 DAYS All other terms of your policy remain the same. SU331 Ed. 11-10 TeXaSMutuar Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on Ap r i I 1 , 20 16 at 12:01 A.M. standard time, forms a part of Policy No. TSF -0001303563 20160401 of the Texas Mutual Insurance Company Issued to C F MCDONALD ELECTRIC INC Premium $ 0 , 00 Endorsement No. 1 ("4-2 NCCI Carrier Code 29939 Authorized Representative WC420601 (ED. 1-94) INSURED'S COPY WASENDRS 3-28-2016 TexasMut Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420304B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2 , 00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED , SEE INFORMATION PAGE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF -0001303563 20160401 of the Texas Mutual Insurance Company Issued to C F MCDONALD ELECTRIC INC Premium $ NCCI Carrier Code 29939 WC420304B (ED. 6-01-2014) AGENT'S COPY Endorsement No. 7/4A-4f2A-is-c‘4.— Authorized Representative QUSER 3-24-2016 TexasMutuar Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 02 01 TEXAS MARITIME COVERAGE ENDORSEMENT IMPORTANT NOTICE! THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS LIMITED. This coverage applies only to persons under your contract of hire, whether express or implied, oral or written, and includes employees employed in the usual course and scope of your business who are directed by you temporarily to perform services outside the usual course and scope of your business. An employee who is injured while working in another jurisdiction or the employee's legal beneficiary is entitled to all rights and remedies if the injury would be compensable if it had occurred in this state and the employee has significant contacts with this state or the employment is principally located in this state. An employee has significant contacts with this state if the employee was hired or recruited in this state and the employee was injured not later than one year after the date of hire or has worked in this state for at least ten working days preceding the date of injury. This endorsement changes how insurance provided by Part Two (Employers Liability Insurance) applies to bodily injury to a master or member of the crew of any vessel. A. How This Insurance Applies is replaced by the following. A. How This Insurance Applies This insurance applies to bodily injury by accident or bodily injury by disease. Bodily injury includes resulting death. 1. The bodily injury must arise out of and in the course of the injured employee's employment by you. 2. The employment must be necessary or incidental to work described in Item 1 of the Schedule of the Maritime Coverage Endorsement. 3. The bodily injury must occur in the territorial limits of, or in the operation of a vessel sailing directly between the ports of, the continental United States of America, Alaska, Hawaii or Canada. 4. Bodily injury by accident must occur during the policy period. 5. Bodily injury by disease must be caused or aggravated by the conditions of your employment. The employee's last day of last exposure to the conditions causing or aggravating such bodily injury by disease must occur during the policy period. 6. If you are sued, the original suit and any related legal actions for damages for bodily injury by accident or by disease must be brought in the United States of America, its territories or possessions, or Canada. C. Exclusions is changed by removing exclusion 10 and by adding exclusions 13 and 14. This insurance does not cover. 13. Bodily injury covered by a Protection and Indemnity Policy or similar policy issued to you or for your benefit. This exclusion applies even if the other policy does not apply because of an other insurance clause, deductible or limitation of liability clause, or any similar clause. 14. Your duty or obligation to provide transportation, wages, maintenance, and cure. This exclusion does not apply if a premium entry is shown in Item 2 of the Schedule, except that punitive damages related to your duty or obligation to provide transportation, wages, maintenance, and cure under any applicable maritime law are excluded even if a premium is paid for transportation, wages, maintenance, and cure coverage. D. We Will Defend is changed by adding the following statement: We will treat a suit or other action in rem against a vessel owned or chartered by you as a suit against you. WC 99 02 01 1 of 2 G. Limits of Liability Our liability to pay for damages is limited. Our limits of liability are shown in the Schedule. They apply as explained below. 1. Bodily Injury by Accident. The limit shown for "bodily injury by accident -each accident" is the most we will pay for all damages covered by this insurance because of bodily injury to one or more employees in any one accident. A disease is not bodily injury by accident unless it results directly from bodily injury by accident. 2. Bodily Injury by Disease. The limit shown for "bodily injury by disease -aggregate" is the most we will pay for all damages covered by this insurance because of bodily injury by disease to one or more employees. The limit applies separately to bodily injury by disease arising out of work in each state shown in Item 3.A. of the Information Page. Bodily injury by disease will be deemed to occur in the state of the vessel's home port. Bodily injury by disease does not include disease that results directly from a bodily injury by accident. 3. We will not pay any claims for damages after we have paid the applicable limit of our liability under this insurance. Schedule 1. Description of Work: ALL MARITIME WORK 2. Transportation, Wages, Maintenance and Cure Premium $ Not Covered Exclusion: This insurance does not cover punitive damages related to your duty or obligation to provide transportation, wages, maintenance, and cure under any applicable maritime law even if a premium is paid for transportation, wages, maintenance, and cure coverage. 3. Limits of Liability Bodily Injury by Accident $ 25 .000 each accident Bodily Injury by Disease $ 25.000 aggregate 2 of 2 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF -0001303563 20160401 of the Texas Mutual Insurance Company Issued to C F MCDONALD ELECTRIC INC Premium $ NCCI Carrier Code 29939 WC 99 02 01 Endorsement No. (laws Authorized Representative AGENT'S COPY QUSER 3-24-2016 TeXaSMutuar TEXAS WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY TM-LHW-2001 LONGSHORE AND HARBOR WORKERS' COMPENSATION ACT COVERAGE ENDORSEMENT IMPORTANT NOTICE! THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS LIMITED. This coverage applies only to persons under your contract of hire, whether express or implied, oral or written, and includes employees employed in the usual course and scope of your business who are directed by you temporarily to perform services outside the usual course and scope of your business. An employee who is injured while working in another jurisdiction or the employee's legal beneficiary is entitled to all rights and remedies if the injury would be compensable if it had occurred in this state and the employee has significant contacts with this state or the employment is principally located in this state. An employee has significant contacts with this state if the employee was hired or recruited in this state and the employee was injured not later than one year after the date of hire or has worked in this state for at least ten working days preceding the date of injury. This endorsement applies only to work subject to the Longshore and Harbor Workers' Compensation Act in a state shown in the Schedule. General Section C. Workers' Compensation Law is replaced by the following: C. Workers' Compensation Law Workers' Compensation law means the workers or workmen's compensation law and occupational disease law of each state or territory named in Item 3.A. of the Information Page and the Longshore and Harbor Workers' Compensation Act (33 USC Sections 901-950). It includes any amendments to those laws that are in effect during the policy period. It does not include any other federal workers or workmen's compensation law, other federal occupational disease law or the provisions of any law that provide nonoccupational disability benefits. Part Two (Employers Liability Insurance), C. Exclusions., exclusion 8, does not apply to work subject to the Longshore and Harbor Workers' Compensation Act. This endorsement does not apply to work subject to the Defense Base Act, the Outer Continental Shelf Lands Act, or the Nonappropriated Fund Instrumentalities Act. Schedule State TEXAS Longshore and Harbor Workers' Compensation Act Coverage Percentage 61% The rates for classifications with code numbers not followed by the letter "F" are rates for work not ordinarily subject to the Longshore and Harbor Workers' Compensation Act. If this policy covers work under such classifications, and if the work is subject to the Longshore and Harbor Workers' Compensation Act, those non -F classification rates will be increased by the Longshore and Harbor Workers' Compensation Act Coverage Percentage shown in the Schedule. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be competed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF -0001303563 20160401 of the Texas Mutual Insurance Company Issued to C F MCDONALD ELECTRIC INC Premium $ NCCI Carrier Code 29939 TM-LHW-2001 Endorsement No. 144/L32-&Ket Authorized Representative AGENT'S COPY QUSER 3-24-2016 Named Insured C.F. McDonald Electric, Inc. Endorsement Number Policy Symbol Policy Number G27577313002 Policy Period 04-01-16 TO 04-01-17 Effective Date of Endorsement Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Co. Insert the policy number. The remainder of the information is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE CONTRACTOR'S POLLUTION LIABILITY COVERAGE SCHEDULE: Name of Person or Organization: Any person or organization that is an owner of real property or personal property on which you are performing operations or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ENV -3100 (08-04) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 ADDITIONAL INSURED ENDORSEMENT — PRODUCTS -COMPLETED OPERATIONS HAZARD Named Insured C.F. McDonald Electric, Inc. Endorsement Number Policy Symbol Policy Number G27577313002 Policy Period 04-01-16 TO 04-01-17 Effective Date of Endorsement Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART SCHEDULE Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work performed for that additional insured and included in the products -completed operations hazard. All other terms and conditions remain the same. ENV -3225 (10-08) Copyright © 2008 Page 1 of 1 Named Insured C.F. McDonald Electric, Inc. Endorsement Number Policy Symbol Policy Number G27577313002 Policy Period 04-01-16 TO 04-01-17 Effective Date of Endorsement Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Co. Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. ENV -3143 (03-05) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 Named Insured C.F. McDonald Electric, Inc. Endorsement Number Policy Symbol Policy Number G27577313002 Policy Period 04-01-16 TO 04-01-17 Effective Date of Endorsement Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Co. Insert the policy number. The remainder of the information Is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT - OWNERS, LESSEES OR CONTRACTORS (PRIMARY AND NON-CONTRIBUTORY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE CONTRACTOR'S POLLUTION LIABILITY COVERAGE SCHEDULE: Name of Person or Organization: Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II - WHO IS AN INSURED is amended to include: A. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The coverage provided hereunder shall be primary and not contributing with any other insurance available to those designated above under any other third party liability policy. ENV -3101 (08-04) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 00 6116 PAYMENT BOND BOND NO. TXC607951 Contractor as Principal Name: McDonald Municipal and Industrial —A Division of C.F. McDonald Electric, Inc. Mailing address (principal place of business): 5044 Timber Creek Houston, TX 77017 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E12141 Staples and Navigation Water Pump Stations Alternate Power Generation Award Date of the Contract: December 13. 2016 Contract Price: $868.869.00 Bond Date of Bond: December_16, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Merchants Bonding Company(Mutual) Mailing address (principal place of business): PO Box 14498 Des Moines, Iowa 50306-3498 Physical address (principal place of business): 6700 Westown Parkway West Des Moines, Iowa 50266 Surety is a corporation organized and existing under the laws of the state of: Iowa By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 800-678-8171 Telephone (for notice of claim): 800-678-8171 Local Agent for Surety Name: Insurance Associates of the Southwest, Id, Address: 11111 Katy Freeway, Ste. 400 Houston, Texas 77079 Telephone: 281-558-6363 Email Address: suellenl@ins-ias.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 00 61 16 -1 E12141 Staples & Navigation Wtr Pmp Sta Alternate Power Generation 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue =11 lie exclusively in Nueces County, Texas for any legal action. Contractor as P.r+ritipal Signature: - Surety , DDom���-r,. Signature: c`' L��N -•v --0...., : •, e:u Name: Wayne Berkenmeier Name: SuEllen Landriaalb Title: Vice President Special Projects Title: Attorney -in -Farb Email Address: wayneb@mcdonaldinc.com Email Address: suellenleins ia.p.c'cari (Attach Power of Attorney and place suPety-seall belqwf END OF SECTION Payment Bond Form E12141 Staples & Navigation Wtr Pmp Sta Alternate Power Generation 006116-2 7-8-2014 /.,,, -fes` . 74.„, /4 N., .4 i Z f":„: • C., - - - ,f_ v r `\ ' .• A MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Brian A Schmulen; Gary F Banks; Henry D Childers; James B Kottwitz; Michael W Turner; SuEIIen Landriault; William L Kottwitz Jr their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWELVE MILLION ($12,000,000.00) DOLLARS This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 15th day of June , 2016 ,.•`'"�........", . •'' • • •' . MERCHANTS BONDING COMPANY (MUTUAL) �\•``�101.4% .' aON... . P4' . MERCHANTS NATIONAL BONDING, INC. C‘P°Ro0.1:1 m°•'P139q'q Di 4'' : y � oR.0►•y.� : • :Z� 'a• 1933 ' = T-% 2003 :.a • c. • ••yJ' By •••'�••..••••••• ,one '. VJ ••A4;;* • • I J ••-III Y1 • STATE OF IOWA ''''��p...�.upq+``• •' • COUNTY OF Dallas ss. President On this 15th day of June , 2016 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. pFt1ACs` WENDY WOODY i T. Commission Number 784654 My Commission Expires /co- June 20,2017 (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 16th day of December , 2016 . es 110/44 Z'''%, •' p�NG Cp yj••. ft ici§"V•• • -0- ‘2.'. te' •• ~: _ 1933 -o ��' 'a� ..[[;. 2003 ��ti: •. POA 0014 (6/15) Secretary MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 • (800) 678-8171 • (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498. DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/1 5) 00 6113 PERFORMANCE BOND BOND NO. TXC607951 Contractor as Principal Name: McDonald Municipal and Industrial — A Division of C.F. McDonald Electric. Inc. Mailing address (principal place of business): 5044 Timber Creek Houston, TX 77017 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E12141 Staples and Navigation Water Pump Stations Alternate Power Generation Award Date of the Contract: December 13, 2016 Contract Price: $868.869.00 Bond Date of Bond: December 16, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Merchants Bonding Company(Mutual) Mailing address (principal place of business): PO Box 14498 Des Moines, Iowa 50306-3498 Physical address (principal place of business): 6700 Westown Parkway West Des Moines, Iowa 50266 Surety is a corporation organized and existing under the laws of the state of: Iowa By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 800-678-8171 Telephone (for notice of claim): 800-678-8171 Local Agent for Surety Name: Insurance Associates of the Southwest LLC Address: 11111 Katy Freeway, Ste. 400 Houston, Texas 77079 Telephone: 281-558-6363 Email Address: suellenl@ins-ias.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Performance Bond 00 61 13 -1 E12141 Staples & Navigation Wtr Pmp Sta Alternate Power Generation 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces • ' County, Texas for any legal action. .,' . :- Contractor as Principa - rety -- Signature: /1 "% ,0 ,� Signature: Name: Wayne Berkenmeier Name: SuEllen Landriault '. Title: Vice President Special Projects Title: Attorney-in-Fact Email Address: wayneb@mcdonaldinc.com Email Address: suellenl®ins-ias.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E12141 Staples & Navigation Wtr Pmp Sta Alternate Power Generation 006113-2 7-8-2014 .MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Brian A Schmulen; Gary F Banks; Henry D Childers; James B Kottwitz; Michael W Turner; SuEllen Landriault; William L Kottwitz Jr their true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of TWELVE MILLION ($12,000,000.00) DOLLARS This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 15th day of June , 2016 STATE OF IOWA s :f.:?. 2003 IPS -., �. �� •........ ;� COUNTY OF Dallas ss. ,•,. ... '.•. ..101. �,,`. On this 15th day of June , 2016 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies: and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ••�• • •••..MERCHANTS BONDING COMPANY (MUTUAL) »' c. 0 % MERCHANTS NATIONAL BONDING, INC. •;,,ti?v'Oi‘POqqr•'9•y : •• :,: .-o-o.., • •:E* 1933 • c; '••614; . •`•;..a • .. %,.. By 7, /1,, - - - President WENDY WOODY Commission Number 784654 My Commission Expires June 20, 2017 Notary PubIiL -Ro. County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, Wltiam Wamer, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 16th day of December , 2016 . ,,.•-Ik*......7• •��.•• PO Ifo • 4:1 d • _ ' a'• 1933 • c %.• 2003 ; 1.0i : sem• �►: 7 • POA 0014 (6/15) Secretary MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING. INC. P.O. BOX 14498 • DES MOINES. IOWA 50306-3498 • (800) 678-8171 • (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498. DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/15) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-127092 Date Filed: 10/21/2016 Date Acknowledged: 2017.01.05 12:17:52 9„"_'"^'�`�`` K°"aall- 06'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. C. F. McDonald Electric, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. The City Of Corpus Christi, Texas g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E12141 Staples and Navigation Water Pump Stations Alternate Power Generation Project 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Stephenson, Larry Houston , TX United States X Keller, Harry Houston , TX United States X Berkenmeier, Wayne Houston , TX United States X Dollar, Diane Houston, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT :=-7..:3S..,17-:.!:-.-".7,' " < yy ++ 7- v . . 6J,y AFFIX NOTARY and subscribed 20 t , to , , DIANA Notary Commisstoo STAMP certify .ti.�.,�,,c„�4- ,. . I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. DOLLAR i, Public, State of Texas j Expitos 11.10-N1 B Signature of authorized agent of contracting business entity 1 SEAL ABOVE a 1 od- { ir before me, by the said ('1 L, this the day of 6076Rf IUWSwor which, witness my hand and seal of office. 'l1 VW�v` ""f�4J OfUr- Signa r- :.4), ie. �4 inistering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277