Loading...
HomeMy WebLinkAboutC2015-037 (VOL 2 OF 2) - 6/16/2015 - Approved 2015-037 6/16/15 M2015-068 Zeit Energy LLC (Volume 2) DESIGN BUILD CONTRACT DOCUMENTS FOR RFQ #2015-01 AYERS STREET CNG STATION PROJECT NO. E15114 Volume 2 City of Corpus Christi 1201 Leopard St. Corpus Christi, Texas 361/826-3500 i DESIGN BUILD CONTRACT DOCUMENTS i FOR RFQ #2015-01 AYERS STREET CNG STATION PROJECT NO. E15114 w Volume 2 1110111111 Po Cityof Corpus Christi 1201 Leopard St. Corpus Christi, Texas 361/826-3500 i. r. Design-Build Contract Documents Table of Contents r Division/Section Title VOLUME 1 Division 00 Procurement and Contracting Requirements RFQ Request For Qualifications and Response RFP Request for Proposal and Response .. 00 30 02 _ . - _ . - . _ - - - -- 00 30 04 - - -00 30 05 Disclosure of Interest 00 30 06 00500DB Agreement 00 61 13 Performance Bond la 00 61 16 Payment Bond 00 72 00 General Conditions 00 72 01 Insurance Requirements 00 72 02 Wage Rate Requirements 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00DB Supplementary Conditions 00 74 00 - - . - - - • VOLUME 2 Division 01 General Requirements 01 1100 Summary of Work 0123 10 Alternates and Allowances 0129 00 Application for Payment Procedures 0129 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 0131 13 Project Coordination 0131 14 Change Management 0133 00 Document Management 0133 02 Shop Drawings 0133 03 Record Data 0133 04 Construction Progress Schedule 0133 05 Video and Photographic Documentation 0134 01 Buy American Provisions (ARRA) 0134 02 Buy American Certification (ARRA) 0134 03 Buy American Provisions (TWDB) 01 34 04 Buy American Certification (TWDB) 01 35 00 Special Procedures r.• 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls r. 0170 00 Execution and Closeout Requirements me Design Build Standard Table of Contents July-31-2015 r a 01 1100 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. a 3. The Contract Documents do not indicate or describe all of the Work required to ¢v- 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. List for each project. is 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction Via scheduling and completion: 1. List for each project. 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. is 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. List for each project. 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. a Summary of Work 01 1100-1 [Insert Project Name and Number] 11-25-2013 I. 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. 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. iI 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. N 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) lir END OF SECTION ISI w N Summary of Work 01 1100-2 [Insert Project Name and Number] 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS is A. Alternates: 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 rrr 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: ire 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. i' 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. rri Alternates and Allowances 01 23 10-1 [Insert Project Name and Number] 11-25-2013 rr 2) Effect on the Construction Schedule anticipated by the selection of each option. irr 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 01 31 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 01 29 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 air A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternate A- [Title of alternate as it appears in the Bid Form]: ire 1. [Description of alternate here.] B. Alternate B- [Title of alternate as it appears in the Bid Form]: 1. [Description of alternate here.] 1.04 DESCRIPTION OF ALLOWANCES rnr� A. Allowance A-[Title of allowance as it appears in the Bid Form]: 1. The sum of[$0.00] to be used for the purchase of[description of allowance here]. B. Allowance B-[Title of allowance as it appears in the Bid Form]: 1. The sum of[$0.00] to be used for the purchase of[description of allowance here]. Ifrr 2.00 PRODUCTS(NOT USED) is 3.00 EXECUTION (NOT USED) END OF SECTION ism Ism Alternates and Allowances 0123 10-2 [Insert Project Name and Number] 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; Ilk 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, ".a 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; kra Application for Payment Procedures 01 29 00-1 [Insert Project Name and Number] 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 iilrr 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. a 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 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 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 01 29 00-2 [Insert Project Name and Number] 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. Ilrli Note to Specifier: Use the paragraph below for unit price contracts. Delete this paragraph if unit prices are not included in the Contract for this Project. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule H of Values into smaller components to allow more accurate determination of the earned value for each item. Ira 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. tie 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. is 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. F. 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. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost.ils Application for Payment Procedures 0129 00-3 [Insert Project Name and Number] 03-11-2015 a 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. 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 fie 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 A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment rrr 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. is 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 iis 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. Application for Payment Procedures 01 29 00-4 [Insert Project Name and Number] 03-11-2015 S 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 Irtr 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 ` Schedule of Values for that line item. Costs for material and equipment in excess of S 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 rri 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. Ss 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. S 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. S B. Include amounts for specified Allowances for Work in the Agreement in accordance with ffi SECTION 01 23 10 ALTERNATES AND ALLOWANCES. Irr 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. lir Application for Payment Procedures 01 29 00-5 [Insert Project Name and Number] 03-11-2015 a B. Reduce payments for set-offs per the General Conditions. Include Attachment C— y Tabulation of Set-Offs in the Application for Payment. 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. itr Application for Payment Procedures 0129 00-6 [Insert Project Name and Number] 03-11-2015 C. Submit attachments in Portable Document Format(PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 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 lig printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE wo 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. rir 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: ow 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. ow 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: ow 1. To supervise, direct,or control the Work; fir Application for Payment Procedures 01 29 00-7 [Insert Project Name and Number] 03-11-2015 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; 4. To make examinations to ascertain how or for what purposes Contractor has used the is 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, rrn 2. Allowances not previously adjusted by Change Order, ^ 3. Deductions for Defective Work that has been accepted by the Owner, irr 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 ism receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) ion END OF SECTION WO Application for Payment Procedures 0129 00-8 I` [Insert Project Name and Number] 03-11-2015 S ire 0129 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL S 0,, 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 0129 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 S 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 01 29 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 w 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 N Note to Specifier: Include a description for each line item in the Bid Form. Include the exact item number and description as in the Bid Form in this Section. r A. Bid Item A-1- Mobilization: 1. Include the following costs in this Bid item: N a. Bonds and insurance; b. Transportation and setup for equipment; sr 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 w Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and Measurement and Basis for Payment 01 29 01-1 r [Insert Project Name and Number] 11-25-2013 is is f. Mobilization may not exceed 5 percent of the total Contract Price. 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-Description from Bid Form]: 1. [Describe the basis for payment.] 2. [Describe the units of measure and a description of how measurements for this line item are to be made.] C. Bid Item [A-3-Description from Bid Form]: 1. [Describe the basis for payment.] 2. [Describe the units of measure and a description of how measurements for this line item are to be made.] 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item [B-1-Description from Bid Form]: • 1. [Describe the basis for payment.] 2. [Describe the units of measure and a description of how measurements for this line item are to be made.] B. Bid Item [B-2-Description from Bid Form]: 1. [Describe the basis for payment.] 2. [Describe the units of measure and a description of how measurements for this line item are to be made.] ism 2.00 PRODUCTS(NOT USED) rr 3.00 EXECUTION (NOT USED) END OF SECTION lib Irr Measurement and Basis for Payment 0129 01-2 [Insert Project Name and Number] 11-25-2013 r«, 01 3100 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 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE Jo 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. 11111 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 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 k,- Contractor in Record Drawings. j 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. ire 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. km 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. o Project Management and Coordination 01 31 00-1 Ils [Insert Project Name and Number] 11-25-2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. W 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. is E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the r Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE iis 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. rrrr B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional ha 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. N 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. it 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. fir D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 0157 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 01 31 00-2 [Insert Project Name and Number] 11-25-2013 is ow 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. ro 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 to 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. it B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 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 IN 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. Note to Specifier: The requirement to conduct pre-construction exploratory excavations is optional and should be included at the discretion of the Project Manager. If used,it needs a special bid item in the Bid Form. 1.09 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS 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. N Project Management and Coordination 01 31 00-3 p [Insert Project Name and Number] 11-25-2013 a 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. 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. b' 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. r 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. Is 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 a the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if F. facilities must be taken out of operation. ire 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 A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. be Project Management and Coordination 01 31 00-4 it [Insert Project Name and Number] 11-25-2013 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. 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. w 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. i.. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. ara 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. S 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 hp 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, r z humidity control, and ventilation within the ranges stated in the Supplier's instructions. j` 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 iar 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. air Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. aro 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. Project Management and Coordination 01 31 00-5 [Insert Project Name and Number] 11-25-2013 ha 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. he 4. Provide surface drainage to prevent erosion and ponding of water. 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 Ir affected. J. Replace any stored item damaged by inadequate protection or environmental controls. was 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 kit 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. iip 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. Project Management and Coordination 01 31 00-6 In [Insert Project Name and Number] 11-25-2013 fg- I 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. 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). lie D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL is 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. Imo 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. Im 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. 1rr B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. kir 1.18 BLASTING A. Blasting is not allowed for any purpose. kir irr Project Management and Coordination 01 31 00-7 [Insert Project Name and Number] 11-25-2013 r. 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. 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. is 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 S 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 a 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. a 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. Project Management and Coordination 01 31 00-8 [Insert Project Name and Number] 11-25-2013 Note to Specifier: The information in the table below should be reviewed and updated as necessary for each project. C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 826-3500 Project Engineer XXX-XXX-XXXX [Designer's name] XXX-XXX-XXXX Traffic Engineering 826-3540 Police Department 882-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks& Recreation Department 826-3461 Streets and Solid Waste Services 826-1940 AEP 1-877-373-4858 SBC/AT&T 881-2511 (1-800-824-4424 after hours) - City Street Div.for Traffic Signal/ 826-1946 Fiber Optic Locate 826-3547 Cablevision 857-5000 (857-5060 after hours) 2. ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC(Fiber Optic) 813-1124(Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) +• Brooks Fiber Optic(MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi ISD 886-9005 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00-9 [Insert Project Name and Number] 11-25-2013 lei 0131 13 PROJECT COORDINATION r- 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 01 33 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 it before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT ilk 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. 4 . 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 it conference. Include the following with communications as a minimum: 1. Name of the Owner. irk 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 01 33 00 DOCUMENT MANAGEMENT. itr r itr Project Coordination 0131 13-1 [Insert Project Name and Number] 11-25-2013 iYr 1.04 PROJECT MEETINGS A. Pre-Construction Conference: a• 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. ire 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 0133 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. 11111 Prepare to discuss: a. Status of overall Project schedule. Iim 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. Jo Project Coordination 0131 13-2 ii. [Insert Project Name and Number] 11-25-2013 lit 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. max. 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 ism 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. �.m 1.05 REQUESTS FOR INFORMATION lir 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 lior 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. lir Project Coordination 0131 13-3 [Insert Project Name and Number] 11-25-2013 r r 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, r" 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. tkr 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. 111 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: is 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. R„ 6. Training. j 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 ha A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications.16. Project Coordination 0131 13-4 hr [Insert Project Name and Number] 11-25-2013 kW 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. as 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 1111 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. ism 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 as 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 ais equipment: 1) Piping. 2) Ductwork. so 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions,traps, and tanks. sr 5) Services entrance. 6) Feeders. rr Project Coordination 0131 13-5 [Insert Project Name and Number] 11-25-2013 i rr 0.0 S 7) Outlets. d. Changes of dimension and detail. si 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 RFI5. S 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; S 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 rrr d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to lrr 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) S 3.00 EXECUTION (NOT USED) S END OF SECTION S S S S S Irr S Project Coordination 0131 13-6 is [Insert Project Name and Number] 11-25-2013 0131 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). 93M, 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 w evaluation by the OPT. 1.02 CHANGE PROPOSALS to 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: R. a. A complete description of the proposed Modification if Contractor initiated or W proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. ft 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: rrr 1) List of materials and equipment to be installed; 2) Man 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 lb 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 Irr Change Management 0131 14-1 [Insert Project Name and Number] 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 01 33 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 ri 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 rrr 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 iis "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 0131 14-2 „„ [Insert Project Name and Number] 11-25-2013 iii as 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 rr 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 w 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 is 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 0131 14-3 [Insert Project Name and Number] 11-25-2013 Is 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 is the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. it 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 ■r IN NI irr ■s irr Change Management 01 31 14-4 ✓n [Insert Project Name and Number] 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED ■r 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. ire 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 0133 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 rr 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). r�r air Document Management 0133 00-1 yr [Insert Project Name and Number] 11-25-2013 i• 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. is 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. g. 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 i. Add footers to each document with the Project name. r 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 is RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 0133 00-2 [Insert Project Name and Number] 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue 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. r. 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: iss Document Type Specification Section Application for Payment 01 29 00 Change Proposal 0131 14 0133 02 for approval of product Certified Test Report 0140 00 to demonstrate compliance Notification by Contractor 0131 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 0129 00 Substitutions 0131 14 mia Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00-3 r [Insert Project Name and Number] 11-25-2013 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) iim END OF SECTION 6- rr U is Document Management 0133 00-4 [Insert Project Name and Number] 11-25-2013 r- 01 33 02 SHOP DRAWINGS 1.00 GENERAL lir 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 am 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. IN C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES a A. Provide Shop Drawings for all dock fabrication components, special fittings,fasteners and equipment required for substantial completion of project. Refer to Exhibit A. 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. 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 Shop Drawings 0133 02-1 E15114 Ayers Street CNG Station 11-25-2013 r ilk is 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 Si 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. til 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 0133 02-2 E15114 Ayers Street CNG Station 11-25-2013 S 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 itsExhibit J A. Provide adequate information in Shop Drawings and Samples so Designer Page 3 of 10 can: w 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 is 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: lrr 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 ies 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 0133 02-3 E15114 Ayers Street CNG Station 11-25-2013 sow le ism 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 11111 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 ig 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. w. 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 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. it Shop Drawings 0133 02-4 E15114 Ayers Street CNG Station 11-25-2013 is r- a' 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. g. 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. a 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 km and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. ism 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' 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, t,. b. Drawing number and detail designation, is 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 0133 02-5 .. E15114 Ayers Street CNG Station 11-25-2013 la the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. rrri 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 0131 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 is 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. N 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of rir 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 N 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. r 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. fir Shop Drawings 0133 02-6 E15114 Ayers Street CNG Station 11-25-2013 his 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. imo 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 iir 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 im can only be approved by a Modification. , 1.10 DESIGNER RESPONSIBILITIES Er 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. ter Shop Drawings 0133 02-7 Ira E15114 Ayers Street CNG Station 11-25-2013 h 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. is 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 0133 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 0133 02-8 E15114 Ayers Street CNG Station 11-25-2013 Pro i 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 ire 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. hi 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. 'e' 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.B 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 tis 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 0133 02-9 E15114 Ayers Street CNG Station 11-25-2013 r I 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. it 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 ill 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 iis Shop Drawings 0133 02-10 E15114 Ayers Street CNG Station 11-25-2013 lia 0133 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 rr A. Submit legible,accurate,and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. le 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for all dock fabrication components, special fittings,fasteners and equipment required for substantial completion of Pier R Replacement. Refer to Exhibit A-1. 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: lit 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; 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. Record Data 0133 03-1 Exhibit J E15114 Ayers Street CNG Station 11-25-2013 Page 1 of 5 is 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 is 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; is 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 is 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 Ss 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 Ilrr 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. it Record Data 0133 03-2 E15114 Ayers Street CNG Station 11-25-2013 Exhibit J Page 2 of 5 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties,guarantees,and related documents with the Record Data. lei 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. S 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 is 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 ■r Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. i 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. lir 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. g. 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. i. Add footers to each document with the Project name. Record Data 0133 03-3 E15114 Ayers Street CNG Station 11-25-2013 Exhibit J Page 3 of 5 N 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. is 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. 0-4 c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, rrr b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated,and me f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 0131 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. N C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES N A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. w 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 N be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments E.4 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. 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. ism Record Data 0133 03-4 r E15114 Ayers Street CNG Station 11-25-2013 Exhibit J Page 4 of 5 a 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 is 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 Ff- marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. 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. 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 hi ■ N N N Record Data 0133 03-5 ligE15114 Ayers Street CNG Station 11-25-2013 Exhibit J Page 5 of 5 0133 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL r�r 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 rwr 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. 11111 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 is 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 is the following: 1. Give early warning of delays in time for correction. r. Construction Progress Schedule 01 33 04-1 [Insert Project Name and Number] 11-25-2013 lo so 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. is 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: Fn 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; so 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 Imo SECTION 01 33 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 too delays associated with additional time required to review incomplete or erroneous in Construction Progress Schedule 0133 04-2 Yrs' [Insert Project Name and Number] 11-25-2013 S 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 err 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: S 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 is Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is Es requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to sis 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 so back on schedule. 1.05 FLOAT TIME is 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. sm 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. lr S Construction Progress Schedule 0133 04-3 [Insert Project Name and Number] 11-25-2013 101 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USD) END OF SECTION 110 11111 1111 NM iis lir CnstumonProgress Schedule 0133 04-4 [Insert Projet Name and NumbeQ 11-25-2013 Iftft rim 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED sir 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. iis 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 is 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. am 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. is 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. is 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 01 33 00 DOCUMENT MANAGEMENT. r r Video and Photographic Documentation 0133 05-1 trr [Insert Project Name and Number] 11-25-2013 ist Ir 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 stir 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. lia 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. NI 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 is 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. Note to Specifier: Delete the following paragraph if Project is not a pipeline project. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) Irr END OF SECTION Video and Photographic Documentation 0133 05-2 .r [Insert Project Name and Number] 11-25-2013 r r it 01 34 01 BUY AMERICAN PROVISIONS (ARRA) Note to Specifier: The Buy American provisions described in this Section apply to the purchase of iron, steel,and manufactured goods used in projects for construction,alteration, maintenance,or repair to public buildings or public works that receive funding from the Federal Government under the American Recovery and Reinvestment Act(ARRA)of 2009. These provisions may not apply to projects with a Contract Price of$7,804,000 or more if the recipient or sub-recipient is a party to applicable international agreements that would otherwise allow the use of goods/products manufactured in foreign countries. NE u Note to Specifier: Waivers may be granted by the funding agency under certain circumstances as tf described in this Section. Additional waivers may be granted for solar technologies and incidental items that comprise no more than 5%of the total cost of the iron,steel,and manufactured goods used in and incorporated into the Project. 1.00 GENERAL 1.01 REQUIREMENTS TO BUY AMERICAN ill A. Funding for this Project is derived in part or entirely from the Federal Government under the American Recovery and Reinvestment Act (ARRA)of 2009. Comply with Laws and Regulations related specifically to ARRA. This requirement applies regardless of other Laws and Regulations. 1.02 DOCUMENTATION A. Provide documentation of compliance with Buy American provisions. 1. Provide a tabulation of the manufactured goods to be provided under this Project in the Form provided to indicate compliance with Buy American provisions. 2. Provide information and certifications required by SECTIONS 01 33 02 SHOP DRAWINGS and SECTION 01 33 03 RECORD DATA to demonstrate compliance with the Buy American provisions. B. Provide other documentation of compliance as requested by the Owner, including: le 1. Language in documents/contracts that obligates Subcontractors and Suppliers to comply with the Buy American provisions; 2. Documented certifications from Subcontractors or Suppliers verifying that the product was manufactured domestically; 3. Detailed and verifiable information supporting claims that manufactured products have undergone substantial transformation in the United States; and/or 4. Waivers for noncompliant products per Paragraph 1.03; and/or kr 5. Other reasonable documentation requested. kir Buy American Provisions(ARRA) 0134 01-1 [Insert Project Name and Number] 11-25-2013 N 1.03 WAIVERS A. Products that do not meet the requirements of the Buy American provisions may be used if a waiver is obtained from the US Department of Energy Office of Energy Efficiency and Renewable Energy(EERE). B. Waivers may be granted at the discretion of the EERE under the following circumstances: 1. Nonavailability: Manufactured products that are not produced in the United States in sufficient and reasonable quantities and of a satisfactory quality. N 2. Unreasonable Cost: Inclusion of products manufactured in the United States will increase the cost of the overall Project by more than 25 percent. Iwl 3. Public Interest: Applying the Buy American provisions would be inconsistent with the public interest. C. Obtain EERE Waiver before submitting Shop Drawing or Record Data per Paragraph 1.02. Provide documentation of the EERE Waiver. D. Contractor assumes all responsibility for noncompliant products if purchased prior to receiving a waiver. 1.04 PROVIDING PRODUCTS A. Obtain certifications from Subcontractors and Suppliers to indicate that products offered for incorporation into the Project comply with Buy American provisions. kmB. Inspect products when received to determine that they comply with Buy American Provisions. N 1.05 NONCOMPLIANT PRODUCTS A. Noncompliant products are Defective. Do not install noncompliant products unless a waiver is obtained. Remove and replace products determined to be noncompliant with products meeting the Buy American provisions, unless a Waiver is obtained from EERE. B. Owner may elect to accept the Defective Work under provisions of the General Conditions, provided the Contract Price is reduced to reimburse the Owner for money lost from funding agencies as a result of using noncompliant products. C. Contractor is responsible for delays which result from use of noncompliant products. 2.00 PRODUCTS(NOT USED) N 3.00 EXECUTION (NOT USED) tr END OF SECTION ale ir. Buy American Provisions(ARRA) 0134 01-2 [Insert Project Name and Number] 11-25-2013 lib 0134 02 BUY AMERICAN CERTIFICATION (ARRA) Funding for this Project is derived in part or entirely from the Federal Government under the American Recovery and Reinvestment Act(ARRA)of 2009. The Contractor certifies that it has complied with the Buy American provisions as required by the ARRA as follows: ❑ Contractor certifies that all of the iron, steel, and manufactured goods and products supplied or provided by the Contractor and its Subcontractors and Suppliers, if any,for use on this Project was produced in the United States of America. a ❑ Contractor is relying on the following waiver(s)that have been or may be granted by the funding agency(check all that apply): ism ❑ Iron, steel, and manufactured goods and products provided by the Contractor and its Subcontractors and Suppliers, if any, equal no more than 5 percent of the iron, steel, and manufactured goods and products for use on this Project. a E Contractor is providing manufactured goods and products that are not produced in the United States in sufficient and reasonable quantities and of a satisfactory quality. ❑ The inclusion of goods and products manufactured in the United States will increase the cost of the overall Project by more than 25 percent. ❑ The application of the Buy American provisions would be inconsistent with the public interest. or Contractor: Company Name: (typed or printed) By: (signature-attach evidence of authority to sign) Name: (typed or printed) Title: Business Address: a iw Phone: Email: END OF SECTION is Buy American Certification(ARRA) 0134 02-1 [Insert Project Name and Number) 11-25-2013 01 34 03 BUY AMERICAN PROVISIONS (TWDB) Note to Specifier: The Buy American provisions described in this Section apply to the purchase of iron, steel,and manufactured goods to be used in the construction of water projects that receive financial assistance from the TWDB under Texas Water Code Chapter 17. 1.00 GENERAL 1.01 REQUIREMENTS TO BUY AMERICAN A. Funding for this Project is derived in part or entirely from the Texas Water Development Board (TWDB). Comply with the Buy American provisions in Texas Water Code Chapter 17 and all other applicable Laws and Regulations. These Buy American provisions apply regardless of other Laws and Regulations. B. The iron,steel, and manufactured goods that are used in this Project must be produced in mo the United States, unless: 1. Such products and goods are not available in sufficient quantities, readily available, or rr of a satisfactory quality; or 2. The use of such products or goods will increase the total cost of the Project by more than 20 percent. me 1.02 DOCUMENTATION me A. Provide documentation of compliance with Buy American provisions. 1. Provide a tabulation of the manufactured goods to be provided under this Project in the Form provided to indicate compliance with Buy American provisions. om 2. Provide information and certifications required by SECTIONS 01 33 02 SHOP DRAWINGS and SECTION 01 33 03 RECORD DATA to demonstrate compliance with the Buy American provisions. B. Provide other documentation of compliance as requested by the Owner, including: 1. Language in documents/contracts that obligates Subcontractors and Suppliers to me comply with the Buy American provisions; 2. Documented certifications from Subcontractors or Suppliers verifying that the product was manufactured domestically; 3. Other reasonable documentation requested. 1.03 PROVIDING PRODUCTS A. Obtain certifications from Subcontractors and Suppliers to indicate that products offered for incorporation into the Project comply with Buy American provisions. B. Inspect products when received to determine that they comply with Buy American Provisions. irw Buy American Provisions(TWDB) 0134 03-1 i` [Insert Project Name and Number] 11-25-2013 1.04 COMPLIANT PRODUCTS A. Product will be deemed compliant with the Buy American provisions only if produced in the United States. 1. Iron and steel products are produced in the United States if all manufacturing its processes, from initial melting through application of coatings, except metallurgical processes that involve the refinement of steel additives, take place in the United States. 2. Manufactured goods produced in the United States if all of the manufacturing process that produced the manufactured goods takes place in the United States; and more than 60 percent of the components of the manufactured goods, by cost, originate in the United States. 1.05 NONCOMPLIANT PRODUCTS A. Iron, steel, and manufactured goods that do not meet the requirements of Paragraph 1.04 are noncompliant products. B. Noncompliant products are Defective Work. Remove and replace products determined to be noncompliant with compliant products. C. Owner may elect to accept the Defective Work under the provisions of the General Conditions, provided the Contract Price is reduced to reimburse the Owner for any TWDB funding that is lost as a result of using noncompliant products. is D. Contractor is responsible for any delays that result from the use of noncompliant products on this Project. is 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) Om END OF SECTION r a is a w Buy American Provisions(TWDB) 0134 03-2 [Insert Project Name and Number] 11-25-2013 01 34 04 BUY AMERICAN CERTIFICATION (TWDB) Funding for this Project is derived in part or entirely from the Texas Water Development Board (TWDB) under the Texas Water Code Chapter 17. The Contractor certifies that it has complied with the Buy American provisions as required by the TWDB as follows: rir ❑ Contractor certifies that all of the iron, steel, and manufactured goods and products supplied or provided by the Contractor and its Subcontractors and Suppliers, if any,for use on this Project was produced in the United States of America. ❑ Contractor is relying on the following exception(s) (check all that apply): ❑ Contractor is providing manufactured goods and products that are not produced in the United States in sufficient quantities. ❑ Contractor is providing manufactured goods and products that are not readily available in the United States. E Contractor is providing manufactured goods and products that are not produced in the United States of a satisfactory quality. ❑ The inclusion of goods and products manufactured in the United States will increase the cost of the overall Project by more than 20 percent. Contractor: Company Name: (typed or printed) rrr By: (signature-attach evidence of authority to sign) or Name: (typed or printed) to Title: Business Address: as Phone: Email: END OF SECTION Mr Buy American Certification (TWDB) 0134 04-1 [Insert Project Name and Number] 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL Note to Specifier: The "Construction Sequence" paragraph below is optional. 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: Note to Specifier: Include factors here. Revise for each project. 1. List as necessary. B. Work shall be completed within the specified time for these items: Note to Specifier: Revise for each project. Description Time 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. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. 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; Special Procedures 01 35 00- 1 [Insert Project Name and Number] 11-25-2013 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; """ 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 [1 month] 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: Revise for each project. Max.Time Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($ per hour) g. B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. `W 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. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. als 2. Loss of[operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. .. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 - [Title from Table Above]: ,., a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: Special Procedures 01 35 00-2 [Insert Project Name and Number] 11-25-2013 a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3-[Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE W Note to Specifier: Revise for each project. Describe those actions to be provided by the Owner and those Owner operations that are to be conducted by the Contractor. See the example below and delete or modify as appropriate to. A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves,gates or adjacent structures. iiir 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION IN 1111 irr1101 • in Itw Special Procedures 01 35 00-3 [Insert Project Name and Number] 11-25-2013 0140 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. A B. Implement the Contractor's Quality Control Plan to control the quality of the Work and is 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 irr 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 as 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; `r Quality Management 0140 00-1 it [Insert Project Name and Number] 11-25-2013 j. Provide adequate lighting to allow OPT observations; and " k. Make Contract Documents available to testing agencies when requested. lis 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. NO F. Provide an update on quality control activities at monthly progress meetings required by Ya 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 fA verification testing required per Paragraph 1.07. r 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: is 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 Irr measures; Quality Management 0140 00-2 [Insert Project Name and Number] 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. S 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 S 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 �r■ Quality Management 0140 00-3 [Insert Project Name and Number] 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 ilr Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 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 it Qualifications." r>4 B. Perform testing per recognized test procedures as listed in the various Sections of the IN 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. lir 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in r1° 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 Is 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 rY 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 0140 00-4 [Insert Project Name and Number] 11-25-2013 IIIA r 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; lig 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 Yr 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. le 3. OPT will prepare test reports on test performed by the OPT. FrA 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 rr 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. is 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 W A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 0133 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 r Quality Management 0140 00-5 [Insert Project Name and Number] 11-25-2013 p. Ir 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 lrr 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; w 4. Procedures for scheduling, reviewing, certifying, and managing documentation, .Y., including documentation provided by Subcontractors and Suppliers; 5. Control,verification, and acceptance testing procedures for each specific test. Include: p;: a. Name of tests to be performed, b. Specification paragraph requiring test, ,., c. Parameters of Work to be tested, is 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, Ir specifically identifying the tests or inspections in Paragraph 1.11.6.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. rim 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 0140 00-6 [Insert Project Name and Number] 11-25-2013 gio 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 4.4 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. ifs 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 aim 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 v.- preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. trr Quality Management 0140 00-7 it [Insert Project Name and Number] 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 rr 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. S 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. ma C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 1116 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 5 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. S END OF SECTION S S i S r- S Quality Management 0140 00-8 [Insert Project Name and Number] 11-25-2013 a a 0150 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL is 1.01 WORK INCLUDED iw A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, 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 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of Jnr maintaining the following conditions: ^x 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies,and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. a 1.04 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 rlrr 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. S Temporary Facilities and Controls 0150 00-1 [Insert Project Name and Number] 11-25-2013 at 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 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. 2.00 PRODUCTS Note to Specifier: Edit the"Temporary Field Offices" paragraph to meet Project needs. 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must X10 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. lis 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. imp 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 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. Temporary Facilities and Controls 0150 00-2 [Insert Project Name and Number] 11-25-2013 it 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction,testing, disinfection, and start-up of the Work, including electrical power,water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. Note to Specifier: This needs to be revised to include references to any applicable City Codes and Ordinances. 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 sis Plan on the Site throughout construction. 3.00 EXECUTION r 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at Yr locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS its 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 is A. Provide temporary lighting inside buildings once buildings are weatherproof. Temporary Facilities and Controls 0150 00-3 [Insert Project Name and Number] 11-25-2013 a ire 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. 3.06 REMOVAL OF TEMPORARY FACILITIES a 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 (sweeping/mopping)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 Yr a Temporary Facilities and Controls 0150 00-4 Imo [Insert Project Name and Number] 11-25-2013 a 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. a 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. ma 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. a 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 0133 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 01 33 03 RECORD DATA. 1.04 STANDARDS a 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 Ill, Chapter 14, Article X-titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. 111111 Temporary Controls 0157 00-1 [Insert Project Name and Number] 11-25-2013 re it 1.05 PERMITS =10- 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. km 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 km 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 km 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. km 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. IIS 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. la 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 im 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 0157 00-2 [Insert Project Name and Number] 11-25-2013 EY:e. �MF is stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques F 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. is 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 is 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. lig 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. so 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. irtr 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 is 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. W Temporary Controls 0157 00-3 [Insert Project Name and Number] 11-25-2013 (rat 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of Me 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. a Note to Specifier: Use the"Ozone Advisory Days" paragraph only as directed by the City Engineer. The unit price for ozone advisory days must be included in the Bid. Delete this paragraph if not used. 1.09 OZONE ADVISORY DAYS 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 a 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 II 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 Ye 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. Temporary Controls 0157 00-4 Ir [Insert Project Name and Number] 11-25-2013 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 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 [Corpus Christi Bay] [Oso Creek] [Laguna Madre] [CC Ship illi Channel]. E. Testing of groundwater quality is to be performed by the Owner, at the Owner's expense, prior to commencing discharge and shall be retested by the Owner, at the Owner'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 [Tilo Schmidt,Wastewater Pre-treatment Coordinator at 826-1817]to obtain a "no cost" permit from the Owner's Waste Water Department. Owner 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 is how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER rr 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, his 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 Lrr 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 rw requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge Temporary Controls 01 57 00-5 [Insert Project Name and Number] 11-25-2013 is 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 ire and details for disposal of this water in a Plan of Action per SECTION 0135 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] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide trr 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 lilt 2.01 MATERIALS rr A. Provide materials that comply with Laws and Regulations. _ 3.00 EXECUTION ism 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 t: 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 a kis a r Temporary Controls 0157 00-6 r [Insert Project Name and Number] 11-25-2013 r a 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 rT; procedures in closing out the Contract. is 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 Ira 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 is operator training has been completed; 4. Specified spare parts and special tools have been provided; and 7" Execution and Closeout Requirements 0170 00-1 [Insert Project Name and Number] 11-25-2013 W 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. Ft„ 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 rim 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 01 31 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. is E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. le 1.07 TRANSFER OF UTILITIES it 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 lr A. Provide warranties, bonds, and service agreements required by SECTION 01 33 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 irm compliance with the Contract Documents. imr Execution and Closeout Requirements 0170 00-2 [Insert Project Name and Number] 11-25-2013 a 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. �l 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; N 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 trr bond and service agreement; h. Procedures to be followed in the event of a failure; and gar 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) N END OF SECTION N a N ri N N Execution and Closeout Requirements 0170 00-3 [Insert Project Name and Number] 11-25-2013 S 111111 _ Schedule of Values Contracted BM Values Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Equipment 1,080,235.12 324,070.54 324,070.54 324,070.54 108,023.52 Engineering 32,416.39 16,208.20 16,208.20 Permitting 3,424.72 3,424.72 Bond 26,959.00 26,959.00 Construction 454,236.16 136,270.85 227,118.08 90,847.23 Totals 1,597,271.39 370,662.45 340,278.73 324,070.54 136,270.85 227,118.08 198,870.75 JUL 1 0 2015 cE.r1Hr r S spa:. S S S S I • `-=- ZEIT ENERGY CNG FUELING SERVICES 1 City of Corpus Christi Ayers Street CNG Station RFQ No. 2015-01 Statement of Qualifications February 18, 2015 Submitted to: • Jerry Shoemaker Acting Director of Capital Programs 1201 Leopard Street,3rd Floor City Hall Corpus Christi,TX 78401 361-826-3500 jerrys2@cctexas.com 01 Submitted by: ZeitEnergy LLC 1717 McKinney Ave Suite#700 4 Dallas,TX 75202 —710 Patrick Zeiter `".,. 214-2441926 �` patrick@zeitenergy.com efax:214-593-3344 T A . 74441 3 �,4 4 ` a ria ,tee ? ✓.» KK , City of Christi ZEIT ENERGY ofRFQ Corpus 2015-01 ��- Statement of Qualifications 1 , CNG FUELING SERVICES Ayers Street CNG Station me Dear Mr. Shoemaker, �r Thank you for considering Zeit Energy's statement of qualifications for your project. We have received and carefully considered the information you have provided and we feel very confident that our expertise will be extremely helpful in the success of your project. It is our intent to execute a contract with the City should we be awarded at the end of your evaluation process. About Zeit Energy: Zeit Energy is one of the most technically proficient CNG providers in the industry. We are vendor neutral and use a consultative approach to carefully match our customer's fueling needs to the pieces of equipment,offering the best combination of performance and value. We have the ability to effectively provide sound design, engineering, equipment procurement, construction, and a superior project management team. Our customer lem base is over 50% natural gas utilities like Atmos,Centerpoint,Oneok and exploration and production companies like EnCana,Apache, and Southwestern Energy (SWN). These companies are natural gas experts and select Zeit Energy based on our technical competency and ability to deliver projects on time and on budget. Our partner on this project will be Freese & Nichols (FNI). Zeit Energy and Freese & Nichols have partnered to deliver exceptional fueling services and solutions. Zeit's cutting edge approach to CNG facilities development combined with FNI's proven track record of customer-focused engineering and construction services allows for custom-tailored CNG solutions to meet the specific needs of our clients. so By combining our strengths, we are able to offer a fully integrated project delivery team with specialized CNG expertise and full service engineering and construction management capabilities. • Why Zeit Energy and Freese &Nichols: • Our deep experience with similar projects; • Our understanding of the City's existing strategy,operations, and personnel; rr Our technical competence and strong project management skills; ▪ Our long standing partnership working together on many successful projects; • Our ability to successfully maintain your station after the sale;and Our responsiveness to your needs Zeit Energy is committed to providing world-class services to our customers. We stand ready to execute this proposal and would be happy to answer any questions during your review. Best Regards, \(//0I�r in Patrick Zeiter Founder and Principal,Zeit Energy LLC patrick@zeitenergy.com km 214-244-1926 111. 1717 '\.1C .A\e. Suite 7OO Ddlla,."1\ ;52,02 r iiuluvat' r a proache: ism REESE AICHOLSOutstandu�gservice 2100 Lakeside Blvd.,Suite 250 • Richardson,Texas 75082 • 972-331-6050 • FAX 972-238-7480 www.freese.com IS Date:2/17/15 Mrs.Valerie H.Gray Executive Director, Public Works City of Corpus Christi 1201 Leopard St. Corpus Christi,TX 78401 r Re: Letter of Interest for RFQ NO. 2015-01 Ayers Street CNG Station Dear: Mrs.Gray Freese and Nichols, Inc.are pleased to be included as a subcontractor on Zeit Energy's project team for a new CNG Fueling Station in the City of Corpus Christi and eager to begin work if selected. Our scope includes the engineering and construction management for the project as well as project management from our local staff. rr Sincerely, gA14. • Winston A Silvia Freese and Nichols Inc. Associate/Energy Construction Services Manager cc:Zeit Energy—Clint Beauchamp r i` MORI'S ENGINEERING, INC. E n veering•Surveying•Subsurface Utility 2616 Pickwick Lane Plano. Texas 75093 moriakhavan ac yahoo.com PH: 972-816-2626 February 17, 2015 Ms. Valerie H. Gray, P.E., Executive Director, Public Works City of Corpus Christi, Texas RE: Request for Qualifications No. 2015-01 Ayers Street CNG Refueling Station Corpus Christi, Texas Letter of Intend Dear Ms. Gray, This is our letter of intent for interest in performing Land Survey and Civil Engineering for the Design-Build Services for the Ayers Street CNG Refueling Station Project. Mori's Engineering has teamed up with Zeit Energy, LLC on numerous CNG Refueling Station Projects in the Cities of Dallas TX, Arlington TX, Temple TX, Grapevine TX, and Kansas City KS. All these projects were completed successfully. Mori's Engineering has performed many other similar projects since 2014. We are interested in this project and looking into our successful corporation with the prime consultant, Zeit Energy, in the project. Please do not hesitate to contact Mori's Engineering, Inc. with any questions. Sincerely, Mori Akhavan, P.E. City of Corpus Christi ZEIT ENERGY RFQN0.2015-01 Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Table of Contents i Qualifications 2 Experience 8 Municipal Experience 10 Historically Underutilized Business Participation 13 IN Project Approach and Management Plan 13 IN APPENDIX Resumes of Key People ism Surety Letter Mori Engineering Inc. 2014 HUB Certification EXHIBIT B iss is r• 1717 McKinney Ave,Suite#700 Dallas,TX 75202 1 City of Corpus Christi ZEIT ENERGY of orpusCtio s Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Qualifications About Zeit Energy Zeit Energy (ZE) is one of the fastest growing companies in one of the fastest growing industries in the United States. ZE offers CNG services to a wide range of customers including, Municipalities, School Districts,Utilities and Private Fleet. Our Customers include Los Angeles Dept. of Water and Power, City of Dallas,Atmos Energy, Southwestern Energy(SWN),to name a few.Zeit Energy's management team of CNG professionals has over forty e• years of combined experience in the natural gas industry.Our laser like focus on CNG fueling facilities has made us the premier provider of station design, installation, and ongoing services. ZE's vendor neutral, and our custom fit approach to projects enables us to configure a solution that meets the customer's needs in every way, .. from project feasibility studies to long term maintenance agreements. Services Project Feasibility Study Implementing a CNG project is not for everyone. That is why a feasibility study of each project is crucial to find out whether or not the economics make sense. ZE has the ability to provide you with a full feasibility study of re your project with detail information on initial capital needed,financing options,and ROI. CNG Equipment and Site Design ZE can size your station to meet your requirements and supply complete site design. CNG Equipment Sales and Service ZE sells and services a complete line of quality equipment that meets our high standards. U Compressors U Dispensers U Storage Vessels U Gas dryers U Controls ❑ Fuel Management Systems Sales and Customer Relations U Sales Presentations and customer Contact U Develop and Maintain Customer Relations ❑ Sales Pre Bid Meetings ❑ Equipment Bid Specification Presentation rr 1717 McKinney Ave, Suite#700 Dallas,TX 75202 2 City of Christi Z E I T ENERGY of Corpus 2015-0115-01 Statement of Qualifications ,.. CNG FUELING SERVICES Ayers Street CNG Station Engineering — Delivered through a permanent relationship with Freese & Nichols, Fort WO Worth, TX. ❑ Engineering&Design Services U Pre Bid and Pre Construction Meetings •• ❑ Local Code Research U Site Specific Equipment Layout Drawings U As Built Site Equipment Drawings ❑ PE Signed Drawings SI ❑ Construction Management U Control upgrades and modifications _ ❑ Equipment Certifications to Meet Local or Industry Standards U Factory Pre-Delivery Equipment Specifications and Performance Inspections Training We can implement and execute training programs for equipment and vehicle operators,maintenance personnel, contractors, and fire departments. We will present your training program or we will design a program to meet �• your requirements. Maintenance Services ❑ Scheduled Maintenance,Daily and Periodic,Etc. ❑ Troubleshooting,Repair and Emergency Maintenance U Real Time Monitoring ❑ Equipment and Maintenance Evaluations with Full Report ❑ Equipment Start-ups ❑ System Calibration " U Equipment Operation and Design Problem Solving U Used Equipment Refurbishing re aim 1717 McKinney Ave,Suite #700 Dallas,TX 75202 3 1 City of Corpus Christi ZEIT ENERGY RFQNO. 1 Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Partnership with Freese and Nichols, Inc mi Freese and Nichols, Inc., and Zeit Energy, LLC joined forces to implement turn-key CNG fueling facilities for public and private fleet operators throughout the Southwest. Our team leverages the strengths of these two industry leaders: ZE's cutting edge approach to CNG facilities development and FNI's proven track record of customer focused engineering and construction services. Together, the ZE/FNI team delivers custom tailored CNG solutions to meet the widely varying needs of our clients. FNI has a 116 year history of service to municipal and private clients,providing creative solutions to difficult problems with the highest level of technical expertise and expert project management. FNI's construction division, is cast from the same mold, executing projects under alternative project delivery methods (i.e. design-build/construction management at risk) with the same high level of client service. Together, ZE &FNI form a fully integrated project delivery team with all the necessary specialized CNG expertise, full service engineering and construction management capabilities to construct successful CNG projects. • About Freese &Nichols Freese &Nichols,Inc.(FNI)was founded in Fort Worth in 1894 when engineer John B. Hawley decided to 'hang out his Malcolm Baldrige shingle' and became the first independent consulting National Quality Award engineering firm in Texas for water and sewer work. Since zoloAward Recipient then, FNI has grown throughout the state of Texas and accumulated an accomplished professional staff all dedicated to the same vision: Be the firm of choice for both clients and FNI is the first engineering employees. firm to ever receive this FNI is a multi-disciplined engineering, architecture, rr prestigious national environmental science, construction services and planning recognition that promotes firm. Their hard earned reputation for outstanding client excellence in organizational services combined with their excellent work and many years performance, recognizes the of experience have helped them to establish lasting achievements of U.S. relationships with clients throughout the state of Texas and organizations, and publicizes the southwest. Customer service is a top priority for FNI and it is their attention to meeting clients' needs that has resulted in successful performance a high percentage of their workload coming from repeat strategies. clientele. FNI realized the importance of continuous improvement of the firm's systems and practices. As a result,FNI was named a recipient of the 2007 Texas Award for Performance Excellence, the only engineering/architecture firm to receive he this honor. 1717 McKinney Ave, Suite#700 Dallas,TX 75202 4 I City of Corpus Christi ZEIT ENERGY of orpusCtio s Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Fiscal Health The combination of Zeit Energy / Freese and Nichols is world class for many reasons,not the least of which is financial. Freese and Nichols has been in business for over 100 years;has a phenomenal balance sheet; and is diversified over many different businesses offering a permanence that few companies can match. Although very few pure CNG companies are profitable,including some of our largest competitors,Zeit Energy has a respectable rr record of profitability both at the project level and corporately.This combination is rare and unduplicated in our industry. Unlike many of our competitors who have to constantly raise money in the capital markets or become acquired by larger companies, Zeit Energy's operations are self-sustaining on both a net income and cash flow • basis. Summary of Audited 2013 Financial(Confidential): Zeit Energy LLC Total assets: $1,685,836 Total liabilities: $881,556 NOTotal member's equity:$804,280 Total revenues: $5,449,374 Gross profit: $767,758 Net income: $278,595 rr Freese and Nichols,INC Total Assets: $46,588,382 • Total Liabilities:$21,867,889 Total Stockholder's equity: $24,720,493 Project Revenue: $116,335,386 r. Project expenses: $63,892,341 Net Income attributable to Freese and Nichols,Inc:$684,246 Mori's Engineering,INC Average Annual Revenue: $750,000 Total Expenses: $540,000 Total Assets:$260,000 A Detailed audited financials for Zeit Energy LLC, and Freese and Nichols,Inc, and are available upon requests. Understanding and familiarity with regulations and laws as well as permitting and regulatory requirements, including building codes , environmental regulations and ADA Zeit Energy was involved in the design or construction of over 10 CNG stations in the State of Texas alone,and is very familiar with state's building codes, environmental regulations and ADA requirements. Moreover, Freese and Nichols is one of the most experienced Engineering firms in the state of texas and have an extensive knowledge of all aspects of facilities design and construction in the State of Texas. rr ■e 1717 McKinney Ave, Suite#700 Dallas,TX 75202 5 City of Corpus Christi ZEIT ENERGY RFQ NO.2015-01 • Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Demonstrate familiarity with City's key infrastructure, regulations, and policies relevant to the project. Zeit Energy is very familiar with the City of Corpus Christi's CNG infrastructure as we have previously performed some equipment upgrade work at the Hygeia CNG station and we work well with the City's CNG related staff.We also have a great understanding of the City's commitment to CNG with the currently implemented CNG program. In addition, our project partner, Freese and Nichols, does extensive work with the City and in the jurisdiction of the City. FNI has a local presence and deep familiarity with the City's codes and regulations. Experience providing services described in Exhibit A-Performance Requirements of the RFQ Zeit Energy has extensive experience with the services and equipment required. The CNG related design, ■r construction, and maintenance are all core functions of our business. It is our sole business and everyone at Zeit Energy is completely committed to delivering world class CNG solutions to our 30+municipal and private fleet customers. In various capacities,we have completed work on over 50 CNG stations across the United States. We are vendor neutral and have relationships with all the major CNG equipment suppliers. Our staff is trained and certified on the systems we service. Patrick Zeiter,our principal,and several of our staff spent much of their career working at CNG equipment manufacturers. We have technicians that specialize in compressors, dispensers, and high pressure tubing. Additionally, we have a light manufacturing capability and sell custom built assemblies to both our customers and other CNG companies. Experience and qualifications of the specific project team members Zeit Energy and Freese & Nichols have a permanent relationship and have worked together on numerous projects. Zeit Energy focuses on bringing world class CNG solutions driven by the latest innovations in CNG practices and technology. FNI brings its culture of customer focused interactions and deep understanding of municipal customers. The individual team members work well together and generally talk daily. Both companies utilize enterprise conferencing and video conferencing technology as well as construction specific project management software. For This project, Shane Tomo,from the FNI's Corpus Christi office,will leverage his extensive knowledge of the NIB local area, from an engineering design and local code requirements perspectives, to lead on the project management of the project.Mr.Torno's responsibilities will include: • Provide overall Project coordination and Project Team management. ,,. • Monitor Project Team performance relative to contractual obligations. • Provide regular Project budgeting, scheduling, cost accounting and reporting(with input from others as required). • Prepare periodic reports addressing project progress and issues. • Propose,develop and implement Project quality assurance plan. • Schedule and conduct progress meetings and issue minutes and action lists as required. • Maintain project files and records, including a Project directory with names, addresses,phone and fax numbers and responsibilities of all individuals and organizations associated with the Project. • Prepare,review and process monthly requisitions and draw requests. • Provide advice and assistance in resolving claims and disputes. • Recommend and monitor appropriate levels of budget and schedule contingency required during all phases of the project. ion 1717 McKinney Ave, Suite #700 Dallas,TX 75202 6 City of Corpus Christi RF ZEIT ENERGY Q N0.2015-01 Statement of Qualifications / — CNG FUELING SERVICES Ayers Street CNG Station Mr. Torno is a Structural Engineer and Project Manager in FNI's Corpus Christi office. His project management experience includes civil and structural projects,including stormwater,landfill redevelopment,site development and condition assessment and remediation. His structural engineering experience includes windstorm certifications, structural design, field studies and construction supervision. He has designed commercial, industrial and marine structures, as well as managed structural engineering teams for these projects.Shane has my also conducted field studies and assessments evaluating conditions of existing structures. He has an in-depth knowledge of municipal infrastructure systems, staff priorities, and City design and permitting processes. Mr. Torno has formed professional relationships with key local City representatives,which will help facilitate fast and efficient communication between the City and project team members on this project. In addition, Patrick Zeiter, Zeit Energy's CEO and lead team member, and Winston Silvia, the construction manager for this project,who both have an extensive experience and knowledge of CNG projects will assist Mr. Torno in his role to insure that the project progresses on schedule and budget. Also, the Superintendent for this will be Donald Parscal. Mr Parscal has over 15 years of experience of commercial construction projects. He has successfully completed the CNG station Zeit Energy recently built in Arlington TX and he is currently in the Startup phase on a station Zeit Energy was contracted to build for the City of Rockport TX. Mr. Parscal is also a Master Plumber licensed in Texas and a certified installer by the Texas MB Railroad Commission. Provide Example from the last five years where the Project Manager faced Difficulties in executing a similar project. Explain specifically the corrective actions, outcomes and lessons learned. During the Construction of a Public Fast fill station In Arlington TX last year,Zeit Energy under the leadership of Patrick Zeiter had a challenging situation where the construction of the station was complete and the startup was coordinated and scheduled by the project manager with all parties. Unfortunately we were unable to perform the startup because the Electrical Utility did not turn the power on to the station although we had perfectly r"' coordinated the progress of the station construction with them. The reason was because during that time, a storm had happened in another region within the state and the utility had dedicated all their field crews to that area to repair all the damaged overhead lines and re-establish power in that area.This had significantly delayed the startup of the station and we had to demobilize and remobilize a couple of weeks later to perform the startup. this has clearly proven to us that the startup of CNG stations is contingent on the utilities providing their service in a timely manner and the startup cannot be scheduled until the services are turned on. Provide Evidence of Bonding Capacity and Ability to obtain performance bond, with a letter from the surety. re Please refer to the attached letter from our surety. 1717 McKinney Ave, Suite #700 Dallas,TX 75202 7 I City of Corpus Christi I ZEIT ENERGY RQNO. 1 �, Statement offQualifications CNG FUELING SERVICES Ayers Street CNG Station Project experience and references 1. 7 .. , "� ' Pensacola Energy-Pine Forest 1. w 'fi' Pensacola,FL ,,, •/4',-„,...1,`% October 2012 ,, $1.9mm I . • Dena Faessel 850-473-6931 DFaessel@cityofpensacola.com W Design/Build of large time-fill&retail fast-fill.Project services • r s """"T , # ,,, "" 90 vehicles via time-fill from local Municipal refuse company :r 1, ' , ` 1' ' # through an interlocal agreement.The station services City and ,,. F ..' "': corporate fleets through a public access fast fill featuring two " . , � _ dispensers.622 scfm total output from compressors. .t"'''"" ' Project Team:Zeit Energy, Freese and Nichols —.....w� ma me 2. Pensacola Energy-Ellyson Field , ., ® Pensacola,FL !; pergy, Aril 2014 p wi $811,529 ,. ,, _,,„.4 . , 0,,,,,, '''' : '''''''' Dena Faessel „� � � 4 850-473-6931 '4,!"'"," ,�' F DFaessel@cityofpensacola.com — !�� - Design Build of CNG Fueling Station for the Sanitation O!—.. ri_, Department. Compressors produces 108 Gallons/hour. ' lirlt Station is equipped with one public Fast Fill dispenser.10 dual Time Fill Posts service the City's refuse vehicles. Project Team:Zeit Energy,Freese and Nichols 1717 McKinney Ave, Suite#700 Dallas,TX 75202 8 I City of Christi IZ E I T ENERGY of Corpus 2015-0115-01 Statement of Qualifications ,_ CNG FUELING SERVICES Ayers Street CNG Station h 3. 1 Southwestern Energy-(Conway) 4 46 Conway,AR * December 2013 I $1,426,220 1 I Danny Spaulding 832-341-6945 • ' 2 danny_spaulding@swn.com I . . Design Build along with Construction Management of Fast Fill CNG Fueling Station.Station features 2 NG 300 machines lti',; producing 208 scfm each. Station dispenses fuel through 2 . '' _ Dual Hose Fast Fill CNG Dispensers. Public Access is available. Project Team:Zeit Energy,Freese and Nichols I sig 4. Classic Chevrolet . •," Grapevine,TX c .` February 2014 _ $764,022 Mike Zorn (817)421-7253 mzorn@classicchevrolet.com Design Build addition of CNG Fueling to current Gasoline/Diesel operations. Compressor output of 162 Gallons/hour. 2 Fast Fill Dispensers were added to existing .q Canopy.Also includes Backup Generator. Project Team:Zeit Energy,Mori's Engineering 1717 McKinney Ave,Suite#700 Dallas,TX 75202 9 I City of Corpus Christi 1111 ZEIT ENERGY RfQN0. ratio 1 Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station 5. Atmos Energy-Public Access Station Arlington,TX November 2014 $768,000 Mike DeArmond (214)263-9684 mike.dearmond@atmosenergy.com Design Build and Maintain of a new CNG fueling station in p `;. the City of Arlington TX.The station is owned and operated by Zeit Energy on a property owned by Atmos Energy.The i • `. _ • • ,; station was built to serve the Atmos Energy Service fleet and other surrounding area private fleet. II Project Team:Zeit Energy,Mori's Engineering Municipal Experience r 1. City of Temple Temple,TX March 14 ',43),10404, $1,619,50220 Sam Weed Kot. .,� '' (254)913-6831 sweed@templetx.gov 16 Refuse Vehicles Design Build of CNG Fueling Station for the Sanitation Department with access to public. s ■��� Compression output of 4 Gallons/minute.Station features 2 _ Fast Fill dispensers as well as a backup Generator. Project Team: Zeit Energy, Freese and Nichols, Mori's Engineering 1717 McKinney Ave,Suite#700 Dallas,TX 75202 10 C \ City of Corpus Christi EZEIT ENERGY RQNO.2°15-°1 �, Statement offQualifications may. CNG FUELING SERVICES Ayers Street CNG Station E 2. ECity of Dallas-NW&SE Service Centers Dallas,TX 1; "` - June 2010 $100,000 .... r''r Gary Mueller 1---1 214-670-5474 gary.mueller@dallascityhall.coln _. _ ,f Engineering & Design of two CNG Stations; Each at _ ^ 4^ �� approximately $1.2mm. First compressor station will be E- .fiw_ -` . `.•"= capable of time fill for 26 trucks with 65 DGE tanks and has fast + fill capabilities for other City vehicles.The second station will [ be a time fill application for 26 City trucks with 65 DGE tanks. • The compressor sizes for each station are dual 425 scfm, 850 E ,,,. ,_. it scfm total for each station. . . ..,,._. • ....IP 7 f Project Team:Zeit Energy,Mori's Engineering , Nis 3. Mansfield Independent School District 1 Mansfield,TX 1 Ongoing Maintenance $40,000/yr Scott Shafer-Director of Transportation 817-29-6060 scottshafer@misdmail.org -• Maintenance Services for 2 CNG Fueling Facilities (Main St& 6th Ave).Main St Station includes two 60 Gallon/hr compressors along with 8 Dual Time Fill Posts.The 6th Ave Station has two 60 Gallon/hr compressors,20 Dual Time Fill posts,and 1 Public Fast Fill Dispenser. Project Team:Zeit Energy 1717 McKinney Ave,Suite#700 Dallas,TX 75202 11 I City of Corpus Christi I * ZEIT ENERGY RFQNO. 1 Statement of Qualifications CNG FUELIP G SERVICES Ayers Street CNG Station I 4 Pensacola Energy-Pine Forest - / Pensacola,FL ` October 2012 i ,k► , ,� $1.9mm Dena Faessel 4 v., . 850473-6931 • DFaessel@cityofpensacola.com ' 4, f Design/Build of large time-fill & retail fast-fill. Project services 90 vehicles via time-fill from local Municipal refuse /I company through an interlocal agreement. The station services City and corporate fleets through a public access fast fill featuring two dispensers.622 scfm total output from compressors. Project Team:Zeit Energy,Freese and Nichols 5. ICity of Gulf Breeze Gulf Breeze,FL . . September 2014 iiimmaiii" ." $432,344 p -. Harrold Hatcher 1arrii �' 850-934-5136 hhatcher@gulfbreezefl.gov Design&Build of 1 public fast fill CNG Station is Project Team:Zeit Energy,Freese and Nichols 1717 McKinney Ave,Suite#700 Dallas,TX 75202 12 iit City of Corpus Christi ZEIT ENERGY RFQ NO. 2Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station HUB Certificate, DBE Mori's Engineering Inc, was HUB certified in 2014 and is currently in the process of renewing it's certification. Additionally, we will strongly seek to incorporate local DBE or HUB certified subcontractor as much as possible on the project. We already have reached out to a local M.W.B.E electrical contractor,Adrian Enterprises,who have expressed their strong interest in bidding this project. Project Approach and Management Plan CNG Fueling stations require a detailed understanding of the discipline that is not transferable to other applications due to the unique properties of natural gas at pressures of up to 4500 psi.Zeit Energy's only business is providing CNG fueling services to Municipal and private fleet customers. When working with Freese and Nichols on our projects,we utilize their same personnel over and over again to bring quality and consistency to this difficult field of work. Our business processes are integrated to reduce duplication of overhead and quickly execute our project plan. Zeit Energy's only business is providing CNG fueling services to customers.When we're not working on a specific project we focus our energy on improving our skills and capabilities so that we are constantly improving our ability to better serve our customers. Over time, we have strategically changed our sub-contractor policies to have our internal personnel perform a larger percentage of the scope of work on projects so that we can achieve a higher level of quality and speed. Internally, we perform the initial consulting and planning, design work, construction management, high elk pressure tubing work, and maintenance. Our personnel are highly trained and certified in their areas of responsibility. We as a team on the job site and each help the other with their responsibilities,which fosters cross training and a better understanding of how each person's responsibilities fits into the whole system. Zeit Energy works under a comprehensive safety program and each person is trained in complying with the program.We have had zero accidents. Describe what you would do to ensure project work under this RFQ would be developed and executed in accordance with the schedule previously presented herein. Include unique capabilities your proposed team would employ and how your organizational structure would help ensure plan tasks are executed within this pre-determined schedule. �• Zeit Energy's current project scheduling process is a rapid deployment model. We find it easier and error free to manage projects on the shortest timeline possible. We have identified the most common long lead items in CNG projects and work early to put them in motion. For example, compressors, DOT permitting,utility upgrades,and right of ways will have significant lead times that can adversely affect project completion. The goal of any CNG project schedule is to match the completion of the station with the arrival of the vehicles.All of our projects,big or small are completed using this method. We do not deviate from our internal processes as to do so would weaken our quality controls,introducing error. Describe commitment to quality construction and an appreciation of design excellence. Zeit Energy is known throughout the industry for our design and construction expertise. Our customer list includes most of the major oil and natural gas production companies like Apache, Pioneer, Encana, and 1717 McKinney Ave. Suite #700 Dallas,TX 75202 13 I City of Christi Z E I T ENERGY of Corpus 2015-0115-01 Statement of Qualifications CNG Ft ELIC SERVICES Ayers Street CNG Station Southwestern Energy. These companies represent the highest level of expertise possible without being in the CNG business. They overwhelmingly choose Zeit Energy for their CNG specific design and construction. Further .r evidence of our commitment to quality is our selection of Freese and Nichols as our engineering partner. In 2010, FNI were awarded the Malcolm Baldrige National Quality Award. This is the highest award of its kind for quality. While not required in Texas, Zeit Energy is a licensed General Contractor in most of the southern states that do. These licenses required examinations and in some states like Florida,the education and examination is extensive. Describe how you would administer multiple concurrent plan tasks. Our goal is to schedule tasks with the time constraints of our team in focus; however, sometimes, circumstances dictate concurrent tasks and additional resources. On the Zeit Energy side of the team,our staff has redundancy at every position so there is generally someone available to help out if tasks fall together in a way that overwhelms an individual's capabilities. FNI has over 400 employees so there are more than enough resources to pitch in if needed. From the perspective of project management, we are always managing multiple concurrent tasks. We do this successfully by utilizing technology, independently proficient staff, and constant communication. Include unique capabilities your proposed team would employ and how your organizational structure would help ensure high quality control within the agreed schedule. Our team is made up of individuals with deep experience in fields complementary of or related to CNG design and ■r construction. We have former utility pipeline engineers and construction professionals, CNG equipment manufacturing professionals, electrical and mechanical engineers. These backgrounds from prior to their employment with Zeit combined with their experience working for Zeit Energy make our team uniquely qualified ,s to deliver a quality CNG solution for your project. Project Management approach and team organization. Our project management approach is primarily the traditional approach of initiation, planning, construction, monitoring, and completion. We add in a Work Breakdown Structure and Critical Path to drive the scheduling. There are aspects of Agile Framework in the way we organize and communicate daily to keep things moving and identify any blocked tasks that require some escalation or intervention by the project manager. The team is organized around the work breakdown structure,but sized to shorten the critical path items and reduce overall completion time. Zeit's staff are trained to respond to fill downtime waiting on others by switching into quality r inspection mode. There's always something that could use a second set of eyes. its NE 1717 McKinney Ave.Suite #700 Dallas,TX 75202 14 City of Corpus Christi ZEIT ENERGY RQNO. 201501 Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Team organization chart, including use of subcontractors, key plan task leads City of Corpus Christi Patrick Zeiter Zee Energy CEO ShaneR.Tara & Freese&Nichols Project Manager p Jeff Hensetey Jell Hammond Mai Akhavan Winston Srtoo Freese&Nichols Freese 6 fiends Mon's Engineering Freese and Nichols Electrical Engineering Mechanical Engineering Civil Engineering Construction Manager Donald Par sent Zen Energy ' Superintendent Electrical Cvil Plumbing Y6_ Subcontractor Suhcasreaa Seg Performed by . Zee Energy,...,_. 1717 McKinney Ave,Suite#700 Dallas,TX 75202 15 City of Corpus Christi ZEIT ENERGY RFQ NO. 2015-01 Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Discuss your team's capacity to accomplish projects under this RFQ with respect to your team's current and projected workload We understand the critical nature of the timing involved in this project. Although we are historically able to perform multiple projects simultaneously,by the time we will be awarded with this project, Zeit Energy will have finished all of our design build projects and we will have more than enough capacity to have personnel dedicated to your project. We do not need to increase staffing to fulfill the requirements of this project. Zeit Energy adds personnel on an internal schedule based on our future projects in aggregate and our ability to integrate new staff effectively.We only pursue the projects where the scope and project schedule meet our current capabilities to ensure projects are delivered on time and budget. Provide outline of anticipated scope of work tasks with a timeline for key plan milestones for design, and construction, and a strategy for the handling and transporting equipment and material to their final placement Preliminary Engineering& Construction Scope Engineering/Construction Management • Professional Engineering design o Civil • Site Plan Showing the building structures, site layout, screening walls, and other features based on the design development plans. • Dimensional control plan. • paving plan. • civil details for the construction project. • Stormwater pollution prevention plan. • Surveying and Platting. • Geotechnical soils investigation/report. o Electrical Ng • Electrical design per manufacturer's equipment cut sheets and applicable code requirements. • Electrical one-line diagram • wires and conduits sizing and terminations schedule • Electrical site plan • Hazardous/classified areas • Applicable electrical installation details o Plumbing • Plumbing Design per manufacturer's equipment cut sheets and applicable code "' requirements. • Inlet gas piping design including Bill of Materials • High pressure tubing design including Bill of Materials • Plumbing site plan • Applicable plumbing installation details 1717 McKinney Ave,Suite#700 Dallas,TX 75202 16 City of Corpus Christi ZEIT ENERGY RFQ NO.2015-01 01 a Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station • Sealed Construction Document • Construction Management and on-site Supervision Civil Construction Scope • Site Grading/Preparation • Construction Signage and Barricades • Erosion Control plan requirements • Trenching • Concrete paving and curbs • Equipment Pads • Fast Fill Dispenser Island • Fast Fill Island Canopy • Monument sign • Materials, Labor, and Equipment to set and anchor equipment( Dispensers, Dryer, Compressors, Storage Vessels,Priority Panel,Fire Extinguishers,signs) • CMU wall(Compressor Area) • Aggregate rock in equipment area • Bollards r■ • Driveway Lights Foundation • Project Signage and Fire Extinguishers • Furnish and Install Gates and Doors • Project general(Toilet,Dumpster,water supply etc...) • Permitting Electrical Installation Scope • Service Entrance disconnects/Panels(Furnish and Install) • Emergency Shutdown Buttons(Furnish and Install) • All Conduits,Conductors and seal-offs(Furnish and Install) • All CNG Equipment Terminations • Light Fixtures&Switches(Furnish and Install) • Driveway Lights installation • Equipment Grounding • Permitting Plumbing Installation Scope • Furnish and Install Carbon Steel Pipe From Gas Meter Station to Dryer • Furnish and Install Carbon Steel Pipe from Dryer to Compressors • Pressure Test Carbon Steel Pipe • Provide and Install Storage Cylinders Vent Stacks • Provide and Install all high Pressure SS tubing Sleeves r. • Install SS tubing in Sleeves • Provide and Install all high pressure Fittings needed to connect High pressure SS tubing to CNG Equipment • Pressure test High Pressure SS tubing • Permitting 1717 McKinney Ave, Suite #700 Dallas,TX 75202 17 City of Corpus Christi ZEIT ENERGY RfQN0. icon- s Statement of Qualifications CNG FUELING SERVICES Ayers Street CNG Station Landscaping Scope • Install grass between the entrance and exit drives Preliminary Project Schedule May 4 1 Notice to Proceed IC days r• May5-Jun 15 * Equipment Procurement 31 days May5-Jun 16 41111111111111111.-.`Utilities Coordination is 41 days May 5-Jun 34 Engineering Design 0 7 Jul 1-Ju!29 Permitting 21 days Jul 1-Jul 29 Subcontractor Bids 53 days Aug 3"Oct 9 Construction Sep 18 j Equipment Delivery 5 da,s Oct 12-Oct 16 IIII Equipment Startup 441 day Oct 19 I ProjectCompletion 2015 May Jun Jul Aug Sep Oct 2015 Handling and transporting equipment and material to their final placement. Zeit Energy shall keep a mobile storage container on site for length of the construction to securely store all materials received on the job. Once the site is ready to receive the equipment, the project manager will re coordinate will all the equipment manufacturer's to deliver their equipment on the same day.This is to minimise the utilization of the Crane to one day and ultimately save equipment rental cost. Discuss Team's computer literacy for project management. Zeit Energy is always on the cutting edge of computer tools for project management. Our goal is to provide you with a maximum transparency on the progress of your project. To do that,we will provide you with a link to the schedule of your project which will be updated periodically by the project manager with task completion status and percentages, start/end dates, pictures, superintendent comments of issues raised in the field, and any document relevant to the project. here is a link to your project schedule as an example. https://app.smartsheet.com/b/home?lx=03veFskQNjTcJjOcYoKIvg rw 1717 McKinney Ave, Suite#700 Dallas,TX 75202 18 City of Corpus Christi ZEIT ENERGY RFQ NO. 2015-01 Statement of Qualifications , CNG FUELING SERVICES Ayers Street CNG Station Discuss your team's experience in value engineering a work plan such that the anticipated development of the re-fueling station is maximized. We fully understand the importance of value engineering and we apply it on all our projects to maximize performance and ROI. Zeit Energy will try to emphasize value engineering At the Planning stage of the project where we'll perform certain tasks to maximize value for the City.Some of these tasks are: re • Perform a functional analysis of the project • Obtain the City's definition of value • Define the key criteria and objectives for the project • Verify if the budget is adequate for these objectives. The benefits are tremendous. • Any changes to the project at this stage have very little if any impact on schedule and redesign costs. • The project will be developed with fewer changes,redesigns,and a greater understanding by all parties of what the final function and performance will be. as 1717 McKinney Ave,Suite#700 Dallas,TX 75202 19 ZEIT ENERGY Nt.a ti r� Education Patrick Zeiter: Founder&CEO MBA Southern Methodist University- Patrick Zeiter,VP Engineering&Operations worked as an Engineer for Cox School Business,2006 6 years for Greenfield Compression helping build their Engineering Interface for Compression Equipment. Patrick also brings natural gas B.S.,Electrical Engineering utility experience gained while working for Atmos Energy in Dallas as Lucerne State University of a Pipeline Engineer. He has a very detailed understanding of all Engineering,1999 components in Compressor Packages.The system can be of mechanical,electrical,or control origin.During his career he also Industry Participation provided a tremendous amount of field services to customers nationwide in the CNG Industry and has considerable hands on and NGV America Member and troubleshooting experience.In 2008,he was responsible installing the Speaker first CNG Compressor Station for Atmos Energy in Fort Worth,TX.The project cost was almost$1Million.Atmos Energy currently fills their Metroplex NGV Consortium CNG trailers with natural gas with the compressor station.The trailers Member capacity ranges from 75 MCF to 150 MCF. Co-Founder of CNG Connect EXPERIENCE www.cngconnect.org ZEITENERGY—Dallas, TX ZeitEnergy Experience VP Engineering&Operations Offering a potent combination of technical expertise in the natural gas 2008 to Present fueling business and financial expertise in capital budgeting and cost benefit analysis. Professional Experience ATMOS ENERGY—Dallas, TX 1999 to Present Project Manager,Engineer Operation of pipeline systems including regulation,measurement, curtailment,and loss or gain of natural gas. Compliance with Federal, A State,and local rules and regulations.Preparation and administration of capital and expense budgets including economic justification of capital expenditure proposals. GREENFIELD COMPRESSION INC.,ATLAS COPCO—Dallas, TX (CNG Compressor Packaging Company) Ile Project Manager:R&D and Hardware&Software Application Directed all phases of new product development including project startup,securing resources,establishing project and quality plans/schedules/commitments,creating/maintaining project timelines and establishing r. escalation and communication plans.Managed virtual teams located in Switzerland,California,Phoenix, Canada,Argentina,and Columbia. Specialized in systems for the industrial gas,natural gas,and oil industry. w 1717 McKinney Ave,Suite#700 Dallas,TX 75202 A INN IFIM.%'NICHOLREESE S Winston Silvia Construction Manager Winston Silvia is an FNI Associate with more than three decades of experience in all aspects of r. bidding,contract administration and construction management,and he has put those skills to f � use on several multi-million dollar projects. His background includes 12 years as a utility contractor, 18 years as an owner's representative and four years as a construction manager. He has extensive experience in project management, resident representation,project documentation,schedules and managing construction contract claims. Mr.Silvia has performed these services on numerous projects with funding from the Texas Water Development Board Experience (TWDB),managing the paperwork and inspection verification required by TWDB. 36 years Certifications Relevant Project Experience • NACE Coating Inspector Pensacola CNG Fueling Facilities,City of Pensacola,Florida #6074 - Client Representative for a Turnkey CNG Fueling Station–the first of its kind in Pensacola, • NASSCO Cured in Place Florida. FNI partnered with Zeit Energy to design and construct this CNG fueling facility,which Pipe Inspector features four fast-fill hoses,as well as 90 time-fill dispensers with the capability to refuel #109.0126 rr vehicles overnight.The station serves a fleet of more than 80 CNG vehicles operated by the City of Pensacola,the Emerald Coast Utilities Authority and Escambia County. Arkansas CNG Fueling Facility,Southwestern Energy Project Manager for a fast-fill fueling facility in the Fayetteville Shale area of Arkansas. In partnership with Zeit Energy, FNI provided consulting, procurement,engineering and construction management services.The station will be one of the largest publicly accessible retail CNG stations in the United States. Kansas City School District CNG Facility Upgrade,Kansas City,Kansas Public Schools Project Manager for a new compressed natural gas(CNG)fueling facility to service the Kansas - City, Kansas Public Schools'47 new CNG-powered school buses. In partnership with Zeit Energy, FNI designed the fueling station,which includes 35 time-fill dispensers allowing each station to fuel two buses at a time,saving the school district about$1 per gallon in fuel costs. - Program Management for Oil and Gas Engineering,Pioneer Natural Resources USA,Inc. Providing program management for a$180 million program designing and constructing approximately 100 gas-gathering pipeline and facilities projects in Wise and Montague counties during the next two to four years.Services include planning,design,GIS,environmental, program management and construction services. Capital Improvement Program Management,City of Rowlett Technical Advisor for a five-year CIP for the City of Rowlett, including improvements to roads, utilities and municipal facilities;estimating costs;developing schedules;and determining funding sources. 11.1 Frio LaSalle Pipeline Engineering,TexStar Midstream Services,LP Construction Management for the design and construction of a$300 million-dollar collection pipeline for the Eagle Ford Shale play in Frio and LaSalle Counties in Texas. Oak Grove Power Plant,TXU Energy-Project Manager Provided emergency design build services for repairs on an existing 29-year-old,42-inch pre- stressed concrete cylinder pipe.The pipeline was back in service 72 hours after first notification. Si/ reFREESE NICHOLS Ir. Jeff Hensley, P.E. ELECTRICAL DESIGN Jeff Hensley is FNI's Electrical Engineering Discipline Leader. His project experience _ includes electrical and instrumentation design, motor starting and short-circuit analysis, An' value engineering, shop drawing review, inspections,start-up testing,witness testing, preliminary design,scope development and preparation of specifications for major electrical and instrumentation equipment.Some of his relevant experience includes: • Kansas Gas CNG Fueling Facilities, Kansas Gas Service—Electrical Engineer for Overland EXPERIENCE Park and Topeka fast fill facilities. FNI partnered with Zeit Energy on this project,which 20 years seeks to add or replace compression, storage,and controls in order to provide fuller fills ■r and better recovery for sales to the public.The existing gas and electric feeds to these sites may need to be upgraded based on the new equipment. 12 YEARS WITH FIRM 12 years • Arkansas CNG Fueling Facility,Southwestern Energy—Electrical Engineer for one of the ■. largest publicly accessible retail CNG stations in the U.S. FNI designed the fast fill station EDUCATION in partnership with Zeit Energy.The station will service the client's 200+service vehicles B.S.,Electrical and the service vehicles of its vendors that service their Fayetteville operations. Engineering,Kansas • CNG Fueling Station, Kansas City School District—Electrical Engineer for the design of State University this CNG fueling station. FNI partnered with Zeit Energy,who provided the station's system design.The station comprises 35 time-fill dispensers that allow each station REGISTRATION to fuel two buses at a time.A time-fill arrangement allows buses to fill up overnight Registered Professional rr without any personnel present,saving staff time and personnel cost. Engineer,TX#84677 • Fuel Storage Tank,Waste Management Holdings, Inc.—Electrical Engineer for the installation of a new 10,000 gallon fuel storage tank to the north of the existing, ,s covered, indentical,fuel storage tank located at the Todd Road facility.The engineering services include structural, electrical and general civil disciplines. • East Fueling Facility, Laredo International Airport—Electrical Engineer for the design of on a fueling facility at Laredo International Airport. • New Central Wastewater Treatment Plant Maintenance Facility and Existing Laboratory Renovation, Dallas Water Utilities—As a subconsultant to Vidaud Associates, Inc., FNI provided mechanical/electrical/plumbing,site civil and landscape design services for DWU's Maintenance Facility and existing laboratory renovations at Central Wastewater Treatment Plant. • Lake Tawakoni Water Supply Project, Intake and Intermediate Pump Stations, u m North Texas Municipal Water District—Design of two pump stations; included 25kV substation,consisting of two 10,000kVA transformers at the intermediate pump station and power distribution for each pump station;4,160V main-tie main metal- clad switchgear,4,160V motor control centers and 1,750-hp medium voltage variable- ' frequency drives. • East Fork Raw Water Supply Project, Diversion and Conveyance Pump Stations, North Texas Municipal Water District—Design of two pump stations. Responsibilities included so the design of the electrical distribution system for each pump station; design for 4,160- V main-tie-main, metal-clad switchgear,3000 HP medium voltage variable frequency drives and 3,000-HP medium voltage soft-starters at the Conveyance Pump Station. o o rib lis FREESE 'I <NICHOLS Jeff Hammond, P.E., CEM MECHANICAL DESIGN Jeff Hammond is an experienced MEP Project Manager and Mechanical Engineer for municipal,commercial, educational, retail and military/government projects. His Imbackground includes HVAC systems for pump stations,water treatment plants,wastewater treatment plants,airports, multi-story office buildings, retail stores, educational facilities, military installations and distribution centers. Some of his relevant experience includes: me ■ Kansas Gas CNG Fueling Facilities, Kansas Gas Service—Mechanical Engineer for the EXPERIENCE low and high pressure gas piping design of both Overland Park and Topeka fast fill 17 years facilities. FNI partnered with Zeit Energy on this project,which seeks to add or replace Ir compression,storage,and controls in order to provide fuller fills and better recovery for sales to the public.The existing gas and electric feeds to these sites may need to be 11YARS WITH FIRM 11 years upgraded based on the new equipment. IN • Arkansas CNG Fueling Facility,Southwestern Energy—Mechanical Engineer for the low EDUCATION and high pressure gas piping design for one of the largest publicly accessible retail CNG B.S.,Mechanical stations in the U.S. FNI designed the fast fill station in partnership with Zeit Energy. Engineering,Baylor The station will service the client's 200+service vehicles and the service vehicles of its University vendors that service their Fayetteville operations. ■ CNG Fueling Station, Kansas City School District—Mechanical Engineer for the low and REGISTRATION high pressure gas piping design for the fueling station. FNI partnered with Zeit Energy, Registered Professional Ir who provided the station's system design.The station comprises 35 time-fill dispensers Engineer,TX#86930 that allow each station to fuel two buses at a time.A time-fill arrangement allows buses Certified Energy to fill up overnight without any personnel present,saving staff time and personnel cost. Manager,No.10974 rr • Program Management for Barnett Shale Midstream Facilities, Chesapeake Operating, Inc.—Mr. Hammond is currently providing program-level management to help Chesapeake organize several compression facilities projects. • Skylink Automated People Mover, DFW International Airport—Mechanical Engineer me responsible for two-year design of ten 50,000 square foot,four-story train stations as part of the largest automated people mover project in the world. Indoor air quality control aspects included the design of an HVAC system that included high capacity gas Im phase carbon filtration of the outdoor ventilation and mixed air to eight stations in four terminals that serve 18,000 people per hour.The HVAC air handling systems consisted of 32 nominal 100-ton (30-35,000 CFM)air handling units.Gas filtration was employed because of the proximity of the Skylink stations to the terminals'airsides and the need to bring in large quantities of outside air of acceptable quality for ventilation and station pressurization from an area where jet fuel fumes were pervasive. • Frisco/McKinney Pump Station, North Texas Municipal Water District—Mechanical I. Engineer for the new pump station design. Overall, FNI provided preliminary design, final design,and construction representation for this project,which consists of a new 4-MG ground storage tank and a new pump station with an installed capacity of 50 MGD. • Lake Tawakoni Water Supply Project, Intake and Intermediate Pump Stations, North Texas Municipal Water District—Responsible for HVAC design of two 75-MGD pump stations for this$90-million,fast-track project that included: 75-MGD lake pump station, 10 miles of 60-inch pipeline, 75-MGD intermediate pump station and 20 miles of 54-inch pipeline.Additional work included route study,future WTP and Pump Station site selection, power supply options, hydraulic analysis,and tunnel crossings of TxDOT roads and large utilities. rI NICHOLS Shane R. Torno, PE PMP PMP Project Engineer Shane Torno is a Structural Engineer and Project Manager in FNI's Corpus Christi office. 10 His project management experience includes civil and structural projects, including stormwater, landfill redevelopment, site development and condition assessment and remediation. His structural engineering experience includes windstorm certifications, structural design,field studies and construction supervision. He has designed commercial, industrial and marine structures, as well as managed structural engineering teams for Ai these projects.Shane has also conducted field studies and assessments evaluating Experience conditions of existing structures. He has an in-depth knowledge of municipal 19 years infrastructure systems,staff priorities,and City design and permitting processes. Mr. Education Torno has formed professional relationships with key local City representatives,which B.S.,Ocean Engineering, will help facilitate fast and efficient communication between the City and project team Texas A&M University members on this project. Registration Relevant Project Experience Professional Engineer 11111 Police Vehicle Impound Facility, Phase 1,City of Corpus Christi-Project Manager TX#89499 Design and construction of a new Police Impound Facility, including parking lot, Project Management stormwater drainage, roadway and high-security fencing.The project required Professional es coordination with TCEQ because the site of the new impound yard was located on a closed landfill. Mr.Torno also provided construction phase services for this project. Police Vehicle Impound Yard, Phase 2,City of Corpus Christi-Project Manager Design of a new 3,000-SF forensics garage for the Corpus Christi Police Department to investigative work on vehicles and for use as a holding area for vehicles involved in crimes.The project will also include an entrance drive, parking lot,security fencing, security lighting,controlled access gates and landscaping. Relocation of Fire Station No. 5,City of Corpus Christi (Sub to Solka Nava Torno _ Architects)-Project Manager Design of a new fire station for the City of Corpus Christi, including a separate class room building, apparatus bay, living quarters and offices. FNI provided structural design of the building, including bell pier foundations,suspended slab, concrete tilt-up walls, metal is joist and metal deck roof system. FNI also provided civil site work, including heavy duty and light duty concrete paving. r O.N.Stevens Water Treatment Plant Raw Influent Improvements,City of Corpus Christi -Project Team $26-million raw water influent improvements project that addressed hydraulic bottlenecks,security,chemical feed costs,full blending,full pretreatment,full presedimentation and more precise metering into the plant and into each treatment train.The project had pipelines ranging from 54 to 72 inches. Whitecap Wastewater Treatment Plant UV Disinfection System Upgrades,City of NIS Corpus Christi-Project Team Recommendation,design and construction phase services for improvements to the City's Whitecap WWTP.As a response to the change of indicator organism for TCEQ discharge ing permitting to saltwater bodies from E.coli to enterococci,the Whitecap WWTP improvements include a comprehensive hydraulic evaluation,design of a relift pump station,cloth disk filters and a new ultraviolet disinfection system. Nmi ZEIT ENERGY Donald Parscal Education Project Superintendent, Master Plumber Butler County Community College Professional Superintendent with 15+years'management experience in EL Dorodo,KS the public sector with commercial projects and managing crews, construction and demolition projects. TX Master Plumber Supervised construction crews of over twenty five professionals on new License No.41107 building projects ranging from$50,000 to$13,000,000.These include CNG Stations,churches,hospitals,schools,restaurants,hotels and other miscellaneous projects. rio Relevant Project Experience "' Atmos Energy-Arlington,TX Superintendent for the Atmos Energy Public Access Fast-Fill CNG Station in Arlington,Texas. • City of Rockport,Texas Superintendent for CNG Station for the City of Rockport,Texas. Currently in Startup phase. Foreman/superintendent Central Air Conditioning-Wichita,KS Supervised up to 6 professionals, cost management,material procurement,water,drain and vent installation,refrigerant lines. Installed Mitsubishi HVAC units. Final projection costs for plumbing and mechanical$15,000 under budget. Excavating for drain lines.Ran steam lines and traps for aviation buildings. Hospital remodel of bathrooms and offices. Ira Superintendent Glassman Corporation-Hays,KS Demolition,improvement projects,compliance and maintain OSHA regulations,project management for specific commercial construction projects.Under budget on thermowell heat pumps for church project. Supervised 14 crew members.Took over grade school project which was over budget and behind schedule. Consisted of 44 heat pumps,chiller,hydronics.When finalized,project was under budget and on schedule. me Forman for two story assisted living project.Excavating for drain and water lines.Material procurement. Assisted superintendent on making for sure project stayed on schedule.Forman for new addition and remodeling of assisted living project.Installed VAV,Boilers,Hydronics,Water,and drains. re Owner/Operator D&S Plumbing-Springfield,MO Started company and was up to $300,000 plus per year.Accounts receivable/payable.Estimating, negotiation with vendors. Supervised up to four employees. Residential plumbing and repair. Completed plumbing for 320 new homes.Excavating for drain and water lines. Dealt with custom homes and spec homes. rs 1717 McKinney Ave,Suite#700 Dallas,TX 75202 f I ' MORI'S ENGINEERING, INC. Engineering•Surveying•Subsurface Utility 2616 Pickwick Lane Plano,Texas 75093 Ph. 972-816-2626 moriakhavanAyahoo.com ' MORI AKHAVAN ' Mr. Akhavan is the co-founder of Mori's Engineering and offers over 28 years of experience in Land surveying, Civil and Electrical engineering, providing a background in roadway, highway, residential single and multifamily, commercial and retail site design. In 1985, Mr. Akhavan began working as a Civil/Electrical Engineer Technician ' and developed experience in highway and public transportation. He began working in the M.E.P. Land surveying and Civil field and has worked on a variety of project types. Included in these projects are, transmission systems, paving and drainage projects, site grading, extensive water and wastewater survey and design, specifically major ' utility coordination in congested areas and providing subsurface utility engineering. During the past 18 years, he has successfully managed and designed many private and public utility, roadway and lighting projects, including several Dallas Area Rapid Transit (DART), Dallas County paving/drainage, Dallas ' Water Utilities projects and many law enforcement site projects for various counties in Texas. He has demonstrated tremendous ability to perform any task involving a project,from management,design,survey,and coordination. ' In addition to his Electrical Engineering education, Mr. Akhavan has completed extensive courses and seminars in Civil Engineering / Surveying and related subjects, specifically, roadway, utility and storm water design, and erosion control. In 2009 , he passed the fundamentals examination and all requirement for Land Survey and received the SIT certification. He is skilled in all Surveying and Civil Engineering related software and their ' applications,i.e.,Civil Soft,Power Survey,GEOPAK,Eagle Point,AutoCAD,MicroStation,and many others. RELEVANT PROJECT EXPERIENCE: City of Temple CNG Fueling Station Scope:Land surveying ' City of Dallas CNG Fueling Station Scope:Land surveying Atmos Energy CNG Fueling Station Scope:Land surveying,Civil Engineering Classic Chevrolet CNG Fueling Station Scope:Land surveying EDUCATION and CERTIFICATION B.S. in Engineering, 1987—University of Texas at Arlington, Arlington,Texas. Registered Professional Engineer in Texas,PE. Fundamentals of Survey Certification in Texas, SIT. t Completed many courses and seminars in Civil Engineering/Surveying related subjects, specifically roadway design,utilities, and storm water design and erosion control. I I r GREATTTTTTTERICAN INSURANCE GROUP 1255 Treat Boulevard,Suite 810 Contract Bond Division Walnut Creek,CA 94597 main 925.935.9060 direct 925.988.2247 GAIG.com tax 888.812.2529 jtahira@gaig.com January 23, 2015 City of Corpus Christi 1st Floor City Hall 1201 Leopard Street Corpus Christi, TX 78401 Re: Principal: ZeitEnergy, LLC Project: RFQ No. 2015-01 Ayers Street CNG Station To Whom It May Concern: Great American Insurance Company is the acting surety for ZeitEnergy, LLC. We are pleased to be able to write to you concerning our valued customer. During our association we have given favorable consideration to the bonding of projects in excess of $1,500,000. While their available bond capacity depends to a large extent on the total work on hand at any given time, their aggregate capacity is at least $5,000,000. Great American Insurance Company is a Texas admitted surety. Our Texas License Number is 35105. We are listed in the current Federal Register (NAIL #16691). Our A.M. Best Rating is A+(XIV) and our S&P valuation is A+. Please be advised that before we can make a final decision on providing any bond, we reserve the right to review the other bids, the contract proposal, and any other specific underwriting factors that may be present at the time. You understand, of course, that any arrangement for the final bond(s) is a matter between ZeitEnergy, LLC and Great American Insurance Company and we assume no liability to third parties or to you, if for any reason we do not execute any bond or bonds. Sincerely, t RCLAt- Nancy L. \ His/TX License No. 1536983 Attorney-in-Fact Great American Insurance Company•American Empire Group•Mid-Continent Group•Republic Indemnity Group r 6 r CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1183 . r ees� �cep c�r�rr�rr c �nacssss�.cxc � x�:cre�cca A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Sonoma On January 23, 2015 before me, Stacy M. Clinton, Notary Public Date Here Insert Name and Title of the Officer personally appeared Nancy L. Wallis Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose nam0) isle sucribed to the within instrument and acknowledged t me that she/ ey executed the same in l) /her/Meir-authorized capacity( ),and that by /her/ eir signature,( on the instrument the persor , br the entity upon behalf of whieh the personK acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. S iACY M.CLINTON' WITNESS ra'fy-`1�d and o ficial se. . a• Commission # 1955319 v Notary Public -California z L z ,W'• Sonoma County r My Comm.Expires Nov 3,2015 tJ Signature A A _ goi - - ---- -- - -- - -� ' - - --` Signatu e of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑ Partner — i-1 Limited C-1 General 0 Individual N Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: ,•.p`r-:ro'cC-acs,+.x r;tic:<,c',�;<;.i;<%C:c=U`raFSK.V�'t-Gc%c�'c:'4'c'<;c;{.'+.:sr�%f.'t%<"+r%p`�=�.`E=G.'�4'�%/�':�:�e%�x=L+c::CR%4:`�t3f=irL^?'�.3i=G`c%C:u'�%C:`c.:t.`�-.LLC%G��.cv>c:�tr%,;< ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 r I I I GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than NINE No.0 14860 POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under rand by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than II one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power K.DIXON WRIGHT DONNALYN REVIS MICHAEL LANDUCCI ALL STACY M.CLINTON VENETIA G.JOHNSON $100,000,000 CATHERINE A.PINNEY KANDACE L.REEVES ALL OF NANCY L.WALLIS NATALIE ANN HORDER PETALUMA,CALIFORNIA This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 12TH day of FEBRUARY 2014 ill Attest GREAT AMERICAN INSURANCE COMPANY (0 asI t ' 4 4C-. e 3 .4„,,e ie.,41,;„ ....,:,..... . Assivanl Secrem7 Divisional Senior ttce Presir/eni "" STATE OF 0110,COUNTY OF HAMILTON-ss: DAVID C.KITCHw(977-377-240s) On this 12TH day of FEBRUARY 2014 ,before me personally appeared DAVID C.KI'I'CIIIN,to me 1111 known,being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. Shelia Glantz Notary Public,Stale of Ohio ........0, • / , /, • .,„',.. My Ctxnmia0(on Epires 08-09.2015 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: Thai the Divisional President,the several Divisional Senior Vice Presidents,Divisional lice Presidents and Divisanal Assistant Vice Presidents,or any one of them,be and hereby is authorized,from time to time,to appoint one o,'more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts ofsuretyship,or other written obligations In the nature thereof to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of airy of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,undertaking,contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed ICERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors ofJunc 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this 23rd day of January , 2015 hi .w3 4L e. 3 Ass,slmri Secretary is S1029AD(12/13) r Iii. 1110. roi5fafUI � a Historically Underutilized Business P^ Certification and Compliance Program 71) .n. .n. The Texas Comptroller of Public Accounts (CPA), hereby certifies that MORI'S ENGINEERING INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 05-NOV-2010, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to- day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. A. CL - CertificateNiD Number: 1510495447200 Paul A. Gibson FileNendor Number: 46579 Statewide HUB Program Manager Approval Date: 04-NOV-2010 Texas Comptroller of Public Accounts Expiration Date: 04-NOV-2014 Texas Procurement and Support Services Division Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateNlD Number identified above. Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Internet (http://www.window.state.tx.us/procurement//cmbl/hubonly.html) or by contacting the HUB Program at (888) 863-5881 or(512) 463-5872. r r a EXHIBIT"B" REQUEST FOR QUALIFICATIONS (RFQ) NO.2015-01 pESIGN—BUILD SERVICES FOR THE AYERS STREET CNG STATION CITY OF CORPUS CHRISTI.TX RFQ CHECKLIST THE RESPONDENT: INITIAL IN BOX • Certifies that Exhibit"C"Mandatory Requirements will be met. • Certifies that Exhibit"D"Anti-Lobbying Provisions of this RFQ will be met. • Certifies that a Letter of Interest (L01) is attached for Respondent re and each sub-consultant • Certifies that a completed Disclosure of Interest Form(Exhibit B-1) is n attached for Respondent and each sub-consultant. • Acknowledges, by number and initials, the receipt of all Addenda to the RFQ. Number. Initials: J‘11 - iso • Acknowledges that Local Government Code Chapter 176 requires firms seeking to do business with the City of Corpus Christi to file a Conflict of Interest Questionnaire (Exhibit 8-2) with the City 11111 Secretary, but only if there is a business relationship noted (as ; 1, defined in Section 176.001 (1-a) in the Local Government Code). Indicate if a Conflict of Interest Questionnaire is required and on file. • In order to be considered, the contractor must have DUNS (Date Universal Number tpto System)as provided by Dun&Bradstreet(D&B). To apply for a DUNS number, call D&B at 1-866-705-5711 and indicate that you are a prospective applicant for a job that is funded by a Federal Program. [Obtaining a DUNS number is free and the process to request a number takes about 10 minutes.) • Identify the names,titles, telephone numbers, and email addresses of individuals who are available to be contacted by the City concerning the RFQ and for additional information. DUN'S: 8304 70 s w. �� Y�.►�5 1 t oit,f .214-77; X314, yo s " Ae te'yY.c,a.t • Signed by an individual, identified by name and title, whom is authorized to bind the Respondent to a contract. (..—Jo 2-17-2011a Name Tide Date it RFQ NO.2015-01 Page 15 of 28 it f. L Exhibit "B-1" REQUEST FOR QUALIFICATIONS(RFQ) NO.2015-01 PESIGN—BUILD SERVICES FQR THE AYERS STREET CN,C�STATION air CITY OF CORPUS CHRISTI. TX DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to providethe following information. Every question must be answered. If the question is not a plicable, answer with 'NA". See reverse side for Filing es Requirements,Certifications and definitions. COMPANY NAME: 761 ne,r-, y, ass P. O.BOX: STREET ADDRESS: 7 7 M I i v A J FITY ., , T. ZIP 75202. c Anne ve._, �� �� n5, es FIRM IS: 1. Corporation 0 2. Partnership 0 3. Sole Owner ❑ 4. Association 0 5. Other } - LL.G- ='t,Inersk iY 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 havin, 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%or more of the ownership in the above named"firm." fss Name Title ;rte 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." is Name Consultant h0V1 G �. W IRFQ NO.2015-01 Page 16 of 28 I «w ilii 44,4 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 writingto the City official,employee or bodythat has been - requested to act in the matter,unless tinterest of the City official or emploee 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)I its CERTIFICATION I certify that all 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: �j Title: fm1r1G� (Type or Print) Signature of Certifying — Date: .4 Person: 2, 17-,. l� +� DEFINITIONS a. "Board Member". A member of any board, commission, or committee that has been 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 ,s 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 fo' part-time basis,but not as an independent contractor. le 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 is 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. lira 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. too Is 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." in 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. RFQ NO.2015-01 Page 17 of 28 6. s is Exhibit"B-1" REQUEST FOR QUALIFICATIONS(RFQ) NO.2015-01 DESIGN—BUILD SERVICES FOR THE AYERS STREET CNG STATION CITY OF CORPUS CHRISTI.TX DISCLOSURE OF INTEREST 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 Fling Requirements,Certifications and definitions. COMPANY NAME: Freese and Nichols,Inc. Ms P. O.BOX: STREET ADDRESS:4055 International Plaza,Ste.200CIN Fort Worth ZIP 76109 tie FIRM IS: 1. Corporation NI 2. Partnership ❑ 3. Sole Owner 0 4. Association 0 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. NameNA Job Title and City Department(if known) sia 2. Stale 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 NA Title ea 3. Stale 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 NA Board,Commission or Committee a 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." NameNA Consultant IRFQ NO.2015-01 Page 16 of 28 ilr rig ka IS 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 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 Ci y of Corpus Christi,Texas as changes occur. Certifying Person: Kendall King,P.E. Title: Vice President We (Type or Print) Signature of Certifying Person: ' Date: 2/(7��D/s 1i - i DEFINITIONS a. "Board Member". A member of any board, commission, or committee that has been appointed by the City Council of the City of Corpus Christi,Texas. sa 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. it 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, ler 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 Ike 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' ar 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. le RFQ NO.2015-01 Page 17 of 28 fr. vow 14. - Exhibit "B-1" REQUEST FOR QUALIFICATIONS (RFQ) NO.2015-01 DESIGN—BUILD SERVICES FOR THE AYERS STREET CNG STATION CITY OF CORPUS CHRISTI.Tx DISCLOSURE OF INTEREST 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 Is Requirements, Certifications and definitions. COMPANY NAME: tipi 'S 6 Nfj-j N 66 Q J G, l N C P.O.BOX: ,r, STREET ADDRESS: c l/EP -1(Aim Ii' )Ate CITY P/ /0 1 -/---)( ZIP 7,C OI FIRM IS: 1. Corporation kq 2. Partnership ❑ 3. Sole Owner 0 4. Association 0 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. Nal-fie Job Title and City Department(if known) " NON& hi 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 /YDV as RFQ NO.2015-01 Page 16 of 28 r rr. SO 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 ingeneral 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 hr CERTIFICATION I certify that all 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 wiN be promptly submitted to the City of Corpus Christi,Texas as changes occur. ms Certifying Person: Title: Mod1 t .}fel-VArJ C4 louk iE (Type or Print) Signature of Certifying Date: Person: 141Q1/1,/ 17 r12/< DEFINITIONS a. `Board Member". A member of any board, commission, or committee that has been 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. as 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 is 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. Ir 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. n=, "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." N 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. RFQ NO.2015-01 Page 17 of 28 W I r N......._ .........._ ZEIT ENERGY r 'Ne.--.."." --.. " ID /_ -- 21 CNG FULLINGSERVr1C ES City of Corpus Christi Ayers Street Station - Cost Proposal RFQ No. 2015-01 Design, Build, Operation, and Maintenance Services March 18, 2015 Submitted to: Jerry Shoemaker _ Acting Director of Capital Programs rr 1201 Leopard Street,3rd Floor City Hall •`/ Corpus Christi,TX 78401 SWri 361-826-3500 I-0. .. . jerrys2@cctexas.com Submitted by, Zeit Energy LLC is -,. \ + ' 1717 McKinney Ave Suite#700 ;,0• <... ... '" - Dallas,TX 75202 Patrick Zeiter 214-244-1926 patrick@zeitenergy.com efax:214-593-3344 i , i a WI c — csa ir , • , ' a. ;; x „,./„7e :—..P t '1.--... .. ,' < a BID FORM EXHIBIT F Project Name: Design-Build Services for the Ayers Street CNG Station Project Number: REQ 2015-01 Owner: City of Corpus Christi Bidder: OAR: Jerry Shoemaker,P.E. Designer: Basis of Bid ESTIMATED EXTENDED ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT Base Bid PART A-GENERAL Al Geotechnical/Utility Investigations EA 1 Lump Sum $ t, A2 Submittals EA 1 Lump Sum $ A3 Permitting EA 1 Lump Sum $ > SCt A4 Material EA 1 Lump Sum $ L c A5 Labor EA 1 Lump Sum $ 4414 0:1 7.•((i A6 Construction Material Testing EA 1 Lump Sum $ SUBTOTAL PART A-GENERAL(ITEMS Al THRU A6) $1.+38,77.0,.4 Part B-ADDITIVE ALTERNATE NO.1(ADDENDUM NO.1) 61 ADD ALTERNATE 1 EA 1 FEE(YR 1) $ 30,o o0.0c SUBTOTAL PART B-ADDITIVE ALTERNATE NO.1(Bl) $ j(1cwt., .,,� Part C-ADDITIVE ALTERNATE NO.1A(ADDENDUM NO. 1) Cl ADD ALTERNATE lA EA 1 FEE(YRS 2&3) $ iG,c i SUBTOTAL PART C-ADDITIVE ALTERNATE NO lA(C1) $ L-U CCc ..'t' BID SUMMARY (TOTAL PROJECT BASE BID(PART A) J$ (.4e8,777.uii ' TOTAL PROJECT ADDITIVE ALTERNATE NO.1(PART B) $ •;o, Coo -00 TOTAL PROJECT ADDITIVE ALTERNATE NO.lA(PART C) $ 60pp p, o v Contract Times Bidder agrees to reach Substantial Completion in: 17e. Calendar Days Bidder agrees to reach Final Completion in: ZD( Calender Days Bid Form Exhibit F 03 01 2015 RFQ 2015-01 Ayers Street CNG Station irr City of Corpus Christi ZEIT ENERGYRFQN0.2°''-Ui Design,Build,Operation,and Maintenance Services ' kv ; . Ayers Street CNG Station-Cost Proposal Alternative Pricing Options Compression Upgrade +$42,426.48 - 200->250 hp compressors increase to 727 scfm per compressor. ■r - Includes Dryer upgrade to accommodate larger volume Priority Panel Upgrade +$11,629.92 - 1/2"-> 1"Priority panel - Recommended for compression upgrade Storage Upgrade +$54,437.90 - 36,000 scf-> 60,000 scf capacity - replacing a 23'long 3-pack CNG storage by a 38'long 3-pack CNG storage re No Back-Up Generator -$111,629.92 - City provides its own mobile generator Dispenser Downgrade -$36,399.16 - Kraus Dispensers->ANGI Dispensers • Change to external card reader located 5'away from the dispenser. - Note:Although not enforced,the Texas RRC requires a 20'hazardous area around the dispenser.This downgrade does not satisfy this requirement,because the external card readers are not classified Class I Div 2. Is Dispensers in Parallel +519,809.75 - Dispensers arranged in parallel as opposed to in series rr irerr err ■r 1717 Suitt :7700 Da11,1,,.TX 7;2.02 Yr it City of Corpus Christi ZEIT ENERGY RFQNO. 20]5-Ol Design,Build.Operation,and Maintenance Services I i },,Ni. Ayers Street CNG Station-Cost Proposal err `e Maintenance Proposal Maintenance contract for One(1) Monthly visit by a CNG technician to perform preventative and scheduled me Maintenance. Repair,and emergency maintenance shall be billed separately at the rates listed below. Note: Daily and weekly maintenance and station emergency response shall performed by City assigned personnel with Zeit Energy's 24/7 support. Controls/Automation S119.00/hr or$950/day(8 to l0hrs) Training S1,200/day(8 to]0hrs) Maintenance S109.00/hr Maintenance(Preferred Contract Rate) 5104.00/hr (Contract Rate offers) Discounted labor rate Preferred service scheduling Twenty Four/Seven,telephone support Over Time and Weekend's billed at rate times one point five Holidays billed at rate times two rr Vehicle mileage$0.99/mi Out of area expense charges Zeit Energy will search for the lowest cost transportation. Lodging class,Holiday Inn Express hotel. Per Diem per GSA Rates Expenses billed at cost plus 17.5% Miscellaneous Maintenance items such as paint or infrastructure repair shall be billed at cost plus 15% PRi r 6 1 1 P1��1<jriney .AVP. ustc ;:-00 I),i1],1TX C SIM f COST PROPOSAL(15 POINTS) Respondents Acknowledgement • Respondent proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform all Work specified herein for the contract price indicated in the BASIS OF BID herein or as modified by any contract amendment. Bidder agrees to complete the Work within the contract times established in the Agreement and comply with the all other terms and conditions of the contract documents. • Respondent accepts all of the terms and conditions of the RFQ 2015-01, including required Payment and Performance Bonds. The costs will remain subject to acceptance for 90 days after the opening of the Cost Proposal. • Respondent will accept a provision of the Agreement as to liquidated damages of$1,000.00 per day in the event of its failure to complete the work in accordance with the schedule set forth in the Agreement. • Respondent acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1-Vb Z, 2015 RESPONDENT'S REPRESENTATIONS • The Respondent 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. • The Respondent is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. • The Respondent has considered the: a. Information known to Respondent; b. Information commonly known to contractors doing business in the locality of the Site; c. Information and observations obtained from visits to the Site. d. All personnel employed or controlled by Contractor shall be certified by Railroad Commission of Texas, appropriately trained,and shall comply with all applicable safety rules and procedures for the maintenance of a CNG facility. • The Respondent has considered the items identified in the Technical Proposal 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 Respondent;and RFO No. 2015. 01 Design-Build Services for the Ayers St CNG Station Page6of8 Technical Proposal and Cost Proposal c. Respondent's safety precautions and programs. • Based on the information and observations referred to in the preceding paragraphs, Respondent agrees that no further examinations, investigations or data are necessary for the performance of the Work at the price included herein and within the project schedule provided. ■ The information provided is generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ■ Respondents' entry into a contract constitutes an incontrovertible representation by Respondent that, without exception, all prices in the BASIS OF BID herein are premised upon performing and furnishing the Work required by the Technical Proposal. BASIS OF BID • Respondent will complete the work in accordance with the contract documents for: Base Bid for CNG Fueling Station Complete and In-Place $ (,lt s 777, v`1 (Lump Sum) Add Alternate No. 1 — Fee for Year 1 0&M '0 660. 00 (Fee) Add Alternate No. 1A-Fee for Year 2 and Year 3 0& M $ foo 00(. -e (Fee) • The City will, at its discretion, award the contract to the Respondent for the Base Bid, plus any combination of Add Alternates. Respondent will complete the Work in accordance with the Lump Sum Pricing as shown in the BASIS OF BID and the schedule of values and contract times quoted in Bid Form F, attached. EVALUATION OF BIDDERS • The City reserves the right to waive any and all irregularities in determining the Respondents' responsibility, and whether the Respondent has met the minimum specific project requirements and reserves the right to require the submission of additional information. • The City has the right to accept the lump sum pricing, reject any and all pricing, to waive all irregularities in the pricing, or to reject non-conforming, non-responsive, or conditional pricing. In addition, the City reserves the right to reject any pricing where circumstances and developments have, in the opinion of the City, changed the responsibility of the Respondent. • Material misstatements in the documentation submitted to determine the Respondent's responsibility may be grounds for rejection of the Respondent on this project Any such misstatement, if discovered after award of the contract to such Respondent, may be grounds for immediate termination of the contract. Additionally, the Respondent will be liable to the City for any additional costs or damages to the City resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. TIME OF COMPLETION • Respondent will complete the Work required to be substantially completed within insert number days after the date when the contract times commence. Respondent will complete the Work required for final payment within insert number days after the date when project is considered substantially complete. Substantially complete is defined as such a time when the RFC No 2015 .01 Design-Build Services for the Ayers St CNG Station Page7of8 Technical Proposal and Cost Proposal CNG station is fully-operational and is accessible to day-to-day users. Respondent agrees to reach the contract times for Substantial completion and final completion as indicated in Bid Form Exhibit F,attached. VENUE • Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. SIGNATORY REQUIREMENTS FOR BIDDERS • Respondents must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. • The Respondent, or the Respondent's authorized representative, shall sign and date the Cost Proposal to accompany all materials included in the submitted bid. Bids which are not signed and dated in 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 Respondent to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. • Respondent 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. • Respondents that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Respondents that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Respondents that have not previously registered with the Texas Secretary of State shall submit a copy of the Respondent's enabling documents as filed with the state of residency, or as otherwise existing. RFQ No. 2015-01 Design -Build Services for the Ayers St CNG Station Page8of8 Technical Proposal and Cost Proposal BID SUBMITTAL This Bid is submitted under the authority of: Respondent: Ze1A ,erci� LI_-L- �j -7 (typed or printed full legal name of Bidder) By: f Jrl�k Z4.4ter 7 (individual's signature) Name: /'j / /c!/ ,. (typed or printed) Title: (_.:_En (typed or printed) Attest: )17 (individual's signature) State of Residency: 'l Federal Tax Id. No. 2-6-4605,1i 6 Address for giving notices: 1.717 Mi..14. iii y Ave., 5i. ,ie. 7cc P J it. TX 75202 Phone: 214-244_1 MI 26 Email: Pg.•iric4, hei/erte c y.cc„n (Attach evidence of authority to sign if the authorized individual is not the Respondent, but an individual signing on behalf of another individual Respondent, or if the authorized individual is a representative of a corporation, partnership or joint venture.) RFO No 2015-01 Design-Build Services for the Ayers St CNG Station Page9of8 Technical Proposal and Cast Proposal rr _ Exhibit"B-1" REQUEST FOR QUALIFICATIONS(RFQ)NO.2015-01 DESIGN—BUILD SERVICES EQR THE AYERS STREET CIS STATION CITY OF CORPUS CHRISTI.TX DISCLOSURE OF INTEREST City of Corpus Christi Ordnance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the foNowing information. Every question must be answered. If thequest�ion is not applicable, answer with NA". See reverse side for Filing Requirements,Cerons and definitions. COMPANY NAME: 7Pr Er1e-9 y, LLL P.0.BOX: STREET ADDRESS: — -7 M I, CITY •r. t - ZIP 11 1 ILF� AneyAVG.., 7-VIA! I X 75202 FIRM IS: 1. Corporation 0 2. Partnership 0 3. Sole Owner 0 4. Association 0 5. Other Ja LLL-•Y.�d" �sl.le 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 firth. Name Job Title and City Department cif known) nom 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' ea Name Title w 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"fnn' Name Board, Commission or Committee �iRtiz S 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 and has an ownership interest"constituting 3%or more of the ownership in the above named Yirm.' Name Consultant S RFQ NO.2015-01 b:,. Page 16 of 28 tw Ira as rrw FIUNG REQUIREMENTS If a person who requests official action on a matter knows that the mqueeted action will confer an economic benefit on anyCity official or employeethat is d' a from the effect that the action will have on mebers of the public in gneral or a substantial segment thereof,you w shat disclose that fact in a signed writing to the City offid*,em_ployee or body that has been requested to di disclosure shi the it l alsoo be made theinterest of thesiigned+siting fileofficial or the City Secrin the etary. is (Mics Ordinance Section 2-349(d)) ire CERTIFICATION I certify that all information provided is true and corned 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: II Titre: / re.fria �t�r GZ lam/ e (Type or Print) Signature of Certifying - Date: Person: 2- 17-2_491s DEFINITIONS a. "Board Member". A member of any board, commission, or committee that has been as appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic Benefit. An action that is likely to affect an economic Mterest 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'. My person employed by the City of Corpus Christi, Texas either on a full or part-time basis,but not as an independent contractor. sm 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 es 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 entitles which for purposes of taxation are treated as non-profit organizations. as e. "Oltidal."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 Christ,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 sa g. "Consultant.-Any person or firm, such as engineers and architects, hired by the City of Corpus Christ for the purpose of professional consultation and recommendation. as RFD NO.2015-01 Page 17 of 28 r NM Additional Insured - Automatic - Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL04839723-03 3/1/2015 3/1/2016 3/1/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured:AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO. , INC Address(including ZIP Code): 4615 PRIEM LN PFLUGERVILLE, TX 78660 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part r A. Section II —Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for'bodily injury", "property damage" or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard",which is the subject of the written contract or written agreement. 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 written contract or written 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: "BodilyIs injury", "property damage" or"personal and advertisinginjury"arisingout of the renderingof, or failure to 'P P tY 9 p 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. lilt U-GL-1175-F CW(04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Ito C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— Commercial General Liability Conditions: tit The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit"as soon as practicable;and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. 04. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV—Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance;and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- is contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: it The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; 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. All other terms and conditions of this policy remain unchanged. r Illy g, U-GL-1175-F CW(04/13) Page 2of2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 0 11111 Additional Insured — Owners, Lessees Or Contractors — ZURICH Ongoing Operations — Scheduled a Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL04839723-03 3/1/2015 3/1/2016 3/1/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. a This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part a SCHEDULE illy Name of Person or Organization: Location and Description of Additional Ongoing Operations: Premium: SEE EXPANDED DESCRIPTION INCL. rl ENDORSEMENT, FORM U-GL-1114-ACW (10/02) A. Section II — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed for that insured at or from the corresponding location designated and described in the Schedule. However, if you have entered into a construction contract with an additional insured person or organization shown in } the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. B. With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the following additional exclusion applies: 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. All other terms and conditions of this policy remain unchanged. S w U-GL-1465-D CW(12-13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. kw Policy Number GLO 4839723-03 -- ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Named Insured AUSTIN TRAFFIC SIGNAL Effective Date: 03-01-15 12:01 A.M., Standard Time Agent Name USI SOUTHWEST, INC. Agent No. 36349-000 EXPANDED DESCRIPTION ENDT. U-GL-1465-DCW ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING OPERATIONS - SCHEDULED ( SCHEDULE NAME OF PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHO YOU OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW LOCATION AND DESCRIPTION OF ONGOING OPERATIONS: i ANY LOCATION OR PROJECT WHERE YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW, AND WHERE THAT CONTRACT REQUIRES ISO CG2010/CG2037 10/ 2001 EDITION FORMS OR THE EQUIVALENT OF SAME. Ylf Is it 4�t U-GL-1114-A CW(10/02) iw 0 r Additional Insured — Owners, Lessees Or Contractors — ZURICH Completed Operations — Scheduled le Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. 1111 GL04839723-03 3/1/2015 3/1/2016 3/1/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Location and Description of Additional Name of Person or Organization: Completed Operations: Premium: SEE EXPANDED DESCRIPTION INCL. ENDORSEMENT, FORM U-GL-1114-ACW (10/02) rir Section II —Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding location designated and described in the Schedule performed for that insured and included in the "products-completed operations hazard". 95- However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by imp law. All other terms and conditions of this policy remain unchanged. rr 1e i11r L U-GL-1466-D CW(12-13) Page 1 of 1 �r�r Includes copyrighted material of Insurance Services Office,Inc.,with its permission. r Policy Number GLO 4839723-03 ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Named Insured AUSTIN TRAFFIC SIGNAL Effective Date: 03-01-15 12:01 A.M., Standard Time Agent Name USI SOUTHWEST, INC. Agent No. 36349-000 is EXPANDED DESCRIPTION ENDT. U—GL-1466—DCW ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — COMPLETED OPERATIONS — SCHEDULED SCHEDULE I` NAME OF PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHO YOU OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: ANY LOCATION OR PROJECT WHERE YOU ARE REQUIRED TO PROVIDE ADDITIONAL x„45 INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW, AND WHERE THAT CONTRACT REQUIRES ISO CG2010/CG2037 10/ 2001 EDITION FORMS OR THE EQUIVALENT OF SAME. 111 r IIW U-GL-1114-A CW(10/02) I I Other Insurance Amendment - Primary And Non- Contributory ZURICH r- Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL04839723-03 3/1/2015 3/1/2016 3/1/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address(including ZIP Code): a This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV —Commercial General Liability is Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance;and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. e�. I a U-GL-1327-B CW(04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. r Ir POLICY NUMBER:GLO 4839723-03 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 is THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT a This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Its Designated Construction Project(s): ALL PROJECTS a Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences"under Section I —Coverage A,and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I —Coverage C,which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A,except General Aggregate Limit shown in the damages because of 'bodily injury"or Declarations, such limits will be subject to the "property damage"included in the "products- applicable Designated Construction Project completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits"brought; or c. Persons or organizations making claims or bringing "suits". a CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 0 r kis B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard"is "occurrences"under Section I —Coverage A,and provided,any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage"included in under Section I —Coverage C,which cannot be the"products-completed operations hazard"will 111 attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit,and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized Products-completed Operations Aggregate contracting parties deviate from plans, blueprints, Limit,whichever is applicable;and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. a iir a ht rirlr Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 r I '' POLICY NUMBER: GL04839723-03 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: IF YOU ARE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT, WHICH IS EXECUTED BEFORE A LOSS, TO WAIVE YOUR RIGHTS OF RECOVERY FROM OTHERS, Os WE AGREE TO WAIVE OUR RIGHTS OF RECOVERY. THIS WAIVER OF RIGHTS SHALL NOT BE CONSTRUED TO BE A WAIVER WITH RESPECT TO ANY OTHER OPERATIONS IN WHICH THE INSURED HAS NO CONTRACTUAL INTEREST. S I r 11 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section ilis IV—Conditions: 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. r I CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 0 L r 6 POLICY NUMBER: BAP 4839724-03 COMMERCIAL AUTO CA20481013 6 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless Ir modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. i Named Insured: Endorsement Effective Date: 3/1/2 015 b SCHEDULE RR- Name Of Person(s) Or Organization(s): ONLY THOSE WHERE REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS. r Iltr Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — lr Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 r r 0 Coverage Extension Endorsement g ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. BAP483972403 3/1/2015 3/1/2016 3/1/2015 ilk THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured f1 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also "insureds": 1 a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto"referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage r The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss"to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However,the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: L U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. r (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. I. Personal Effects Coverage r The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above,the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. 6 c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section Ill — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic tk equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto"at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". Ir r 6 U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. km 1111 K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form W and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles to The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: im 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. km M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos"damaged or stolen,the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos-Physical Damage } 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage iri If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other km party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. km O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited jy liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. ftr agent, servant or employee of the "insured"to notify us of any"accident", claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; •r (2) The"insured's" name and address; and (3) To the extent possible,the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: r For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. rim You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered"auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I`If U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does Ilw not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage 116 Paragraph A.4.a. of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: w• In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of it propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto"powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered"autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. N All other terms, conditions, provisions and exclusions of this policy remain the same. tw r lie in U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Ire a tpt WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) it 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. a 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 g+hts Name of person or organization rrr (®) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: N �lll 3. Premium: The premium charge for this endorsement shall be 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. N 4. Advance Premium: N POLICY NUMBER: WC483972203 WC420304B (Ed.6-14) ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. ger;,. R. it 0 Notification to Others of Cancellation ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL0483972303 03/01/2015 03/01/2016 03/01/2015 W THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part fvp Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below;and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. tYll C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: CITY OF CORPUS CHRISTI 30 DEPARTMENT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR a P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 F' im All other terms and conditions of this policy remain unchanged. U-GL-1446-A CW(05/10) 111111 Page 1of1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. ils it Yr 0 Notification to Others of Cancellation ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. BAP483972403 03/01/2015 03/01/2016 03/01/2015 kFk- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below;and Imo 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. it SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: CITY OF CORPUS CHRISTI, DEPARTMENT OF ENGINEERING SERVICES 30 ATTN: CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 X11 Yr All other terms and conditions of this policy remain unchanged. it U-CA-812-A CW(05/10) tli Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Yr a tEr WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) 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 Infor- mation Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organiza- tion 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: 3 0 2. Notice will be mailed to: SEE ATTACHED EXPANDED DESCRIPTION ENDORSEMENT, FORM U—WC-332—A (07-94) ;ate as a ore a a This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The infarrrmtion below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 03/01/2015 Policy No. WC483972203 Endorsement No. Insured Premium $ Insurance Company Countersigned By 11112 WC 42 06 01 r�r (Ed. 7-84) r4 ri. WORKERS COMPENSATION AND EMPLOYERS LIABILITY COMMERCIAL INSURANCE INSURANCE POLICY rr ENDORSEMENT Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY This endorsement changes the insurance as is afforded by the policy relating to the following: is Named Insured Policy Number AUSTIN TRAFFIC SIGNAL WC 4839722-03 r. EXPANDED DESCRIPTION ENDT WC420601 SCHEDULE NOTICE WILL BE MAILED TO: 1 . NUMBER OF DAYS ADVANCE NOTICE : 30 2 . NOTICE WILL BE MAILED TO: 0,4,4CITY OF KILLEEN 101 N. COLLEGE ST. KILLEEN, TX 76541 REDFLEX TRAFFIC SYSTEMS, INC. 23751 N. 23RD AVE. , SUITE 150 PHOENIX, AZ 85085 CITY OF ROUND ROCK 221 E. MAIN ST. is ROUND ROCK, TX 78664 CASH CONSTRUCTION COMPANY, INC. P.O. BOX 1279 PFLUGERVILLE, TX 78691 CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 AUSTIN BRIDGE & ROAD, LP 6330 COMMERCE DR. , SUITE 150 IRVING, TX 75063 is ED BELL CONSTRUCTION COMPANY P.O. BOX 540787 DALLAS, TX 75354 is FOREMOST PAVING, INC. P.O. BOX 29 WESLACO, TX 78599 Ss CR JORDAN CONSTRUCTION LLC DBA RGM INFRASTRUCTURES 15603 N. IH-35 jr U-WC-332-A(07-94) Page 1 See next page ism lie WORKERS COMPENSATION AND EMPLOYERS LIABILITY '4 COMMERCIAL INSURANCE INSURANCE POLICY Ilri ENDORSEMENT Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY This endorsement changes the insurance as is afforded by the policy relating to the following: Named Insured Policy Number AUSTIN TRAFFIC SIGNAL WC 4839722-03 r _„ PFLUGERVILLE, TX 78660 hi WILLIAMSON COUNTY, TX C/O JORDAN CONSTRUCTION LLC DBA RGM INFRASTRUCTURES 15603 N. IH-35 PFLUGERVILLE, TX 78660 JAY-REESE CONTRACTORS, INC. 32780 RANCH ROAD 12 DRIPPING SPRINGS, TX 78620 MASSANA CONSTRUCTION 135 CELTIC BLVD. , SUITE A TYRONE, GA 30290 CITY OF DENTON DENTON, TX CITY OF TEMPLE MUNICIPAL BUILDING 2 N. MAIN #308 TEMPLE, TX 75401 CITY OF PFLUGERVILLE 100 E. MAIN ST. PFLUGERVILLE, TX 78691 CITY OF AUSTIN CONTRACT MANAGEMENT DEPARTMENT P.O. BOX 1088 AUSTIN, TX 78767 HCBECK, LTD. lb 1807 ROSS AVENUE #500 DALLAS, TX 75201 HAAS-ANDERSON CONSTRUCTION, LTD. P.O. BOX 7692 CORPUS CHRISTI, TX 78467 JOERIS GENERAL CONTRACTORS, LTD. 11500 METRIC BLVD. #420 AUSTIN, TX 78758 U-WC-332-A(07-94) Page 2 See next page r r WORKERS COMPENSATION AND EMPLOYERS LIABILITY COMMERCIAL INSURANCE INSURANCE POLICY rlr ENDORSEMENT Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY lir This endorsement changes the insurance as is afforded by the policy relating to the following: Res Named Insured Policy Number AUSTIN TRAFFIC SIGNAL WC 4839722-03 ilk BECK-REIT & SONS, LTD. P.O. BOX 6369 IM AUSTIN, TX 78762 MASSANA CONSTRUCTION, INC. 9741 PRESTON RD. #203 FRISCO, TX 75034 PATIN CONSTRUCTION, LLC 3800 WEST 2ND STREET 1111 TAYLOR, TX 76574 MCCARTHY BUILDING COMPANIES, INC. C/O EBIX BPO P.O. BOX 12010-73 HEMET, CA 92546-8010 PCL CIVIL CONSTRUCTORS, INC. 3810 NORTHDALE BLVD. #200 TAMPA, FL 33624 TEXAS SAI, INC. P.O. BOX 720099 BYRMA, MS 39272 JOURNEYMAN CONSTRUCTION, INC. 7701 N. LAMAR BLVD. , STE. 100 AUSTIN, TX 78752-1012 r' y r Ilrr, U-WC-332-A(07-94) Page 3 Last page r City of Corpus Christi RFQ No.2015-01 Z E I T ENERGY Design,Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal err Dear Mr.Jerry Shoemaker, Thank you for allowing Zeit Energy to work with you on this project. We have received and carefully considered the information you have provided and we feel very confident that our expertise will be extremely helpful in the success of your project. The following describes the documents that we have received and considered in this proposal: • RFQ No. 2015-01 Ayers Street CNG Station • ADDENDUM NO. 1 RFQ NO.2015-01 ▪ Memo to Respondents-Administratively Complete S • RFQ 2015-01 Request for Technical and Cost Proposal • RFQ 2015 Cost Proposal-Exhibit F 03 01 2015 rev2 Our Goals in this Project are: O Engineering design O Construction management and Supervision O Station Construction 0 Equipment Startup O Training O Station Operation and Maintenance A detailed scope of the services is described in this proposal,and if there is anything that you would like us to add to our scope,we would be happy to consider it. es Zeit Energy is committed to providing world-class services to our customers.We stand ready to execute this proposal and would be happy to answer any questions during your review. Best Regards, WO( 187(1U Patrick Zeiter CEO,ZeitEnergy LLC patrick@zeitenergy.com 214-244-1926 lis 1717 McKinney Ave,Suite#700 Dallas,TX 75202 2 City of Corpus ChristiChristi 5-01 Design,Build,Operation,and Maintenance Services , . \t, 1c t 1 1ti,_,`+,u,„ ,. Ayers Street CNG Station-Technical Proposal , rr Table of Contents Implementation Plan 4 Anticipated Problems and solutions 8 Project Schedule 9 Equipment Listing 10 CNG Station 3D Site Layout 15 Engineering&Construction Scope 17 Best Practices for a Corrosion resistant facility 19 Environmental Protection of surrounding area 19 Construction Oversight 19 "' System Warranty 19 Nig Commitment to quality construction and an appreciation of design excellence. 24 Outline Specification 24 Maintenance 24 Licenses and Certifications 28 1N r a as 1717 McKinney Ave,Suite#700 Dallas,TX 75202 3 City of Corpus Christi ZEIT ENERGY RFQNO.2015-01 Design,Build,Operation,and Maintenance Services ,..� Ayers Street CNG Station-Technical Proposal Implementation Plan Description of Implementation We will follow our standard approach of Project Initiation,Planning,Engineering Design,Permitting,Construction, Monitoring and Completion. Immediately after the notice of award,the Initiation and Planning phases are scheduled.There will be a lot of value engineering and coordination with the City to understand the City's needs and perform the final equipment selection. The equipment procurement is performed right after this phase is completed. Because the CNG equipment has a long lead time,it is critical to order it as soon as possible. The engineering design phase also begins immediately after the notice of award. It will start with the geotechnical investigation and a topographic survey, which will both be used in the engineering design of the station. We will - work with the City throughout this phase to finalize a construction document that meets all the requirements. After the construction document is created we will submit to the city for permitting. Mr Tomo will take the lead on this task and leverage his local presence to follow up with the permitting department to make sure all their ,,. questions are answered and all the documents needed are submitted. Once the permit has been approved and issued and all subcontractors have been selected, we will schedule a preconstruction meeting and then mobilize on site to start the construction. Mr Winston Silvia will take the lead on the construction side of the project while Mr. Donald Parscal will be the superintendent on site. Construction meetings will be held periodically to track the progress of the construction,coordinate between all parties involved, and address any issues. The design team will be involved to verify that the installation is performed according to ,,,, the specifications. Once the construction is completed, all inspections passed, and utility services turned on, the startup will be scheduled. This task will require a great coordination of all parties by the project manager to properly time the startup. The completion of the startup will indicate the substantial completion of the station. ids Points of Contact Zeit energy will dedicate an experienced team to insure the success of the this project construction. Name Organization Role in Project Phone# Email Patrick Zeiter Zeit Energy CEO/Project 214-244-1926 patrick@zeitenergy.com Leader Shane R.Tomo Freese and Nichols Project Manager 361-561-6524 srt@freese.com Younes Rouissi Zeit Energy Assistant Project 214-773-5394 younes@zeitenergy.com Manager Winston Silvia Freese and Nichols Construction 817-881-5820 was@zeitenergy.com Manager Donald Parscal Zeit Energy Superintendent 316-435-4011 donald@zeitenergy.com '� 1717 McKinney Ave,Suite#700 Dallas,TX 75202 •1 C City of Corpus Christi is N.,.,„„ RF N0.2015-01 Z E I T ENERGY Design,Build,Operation,and Maintenance4Services `—, �4 "•� } Ayers Street CNG Station Technical Proposal ,.., to Major tasks • Equipment Procurement . Utilities Coordination 0 Gas O Electrical o Internet . Engineering Design o Geotechnical Investigation r O Survey O Schematic Design 6 Development Design NI a Construction Document . Sub-contractors Bids .h . Permitting . Construction Iii • Equipment Startup . Final Acceptance N. Roles and Responsibilities Equipment Procurement Equipment Project Assistant Construction Procurement Project Leader Manager Project Mgr Manager Designers Superintendent Final Coordinates 'o Equipment selection with Assist Assist - Assist - Selection City Assist in me Equipment Order - Procurement Equipment Equipment - Purchasing Coordinate in Equipment Delivery - Equipment Participate Participate - Participate Delivery -., Utilities Coordination Utilities project Leader Project Assistant Construction Designers Superintendent Coordination Manager Project Mgr Manager Gas Utility Coordinate with Assist in Participates Participate upgrade Gas Utility coordination w Electrical _ Coordinate with Assist in Utility Gas Utility coordination Participates Participate Ns "' 1717 McKinney Ave,Suite#700 Dallas,TX 75202 5 City of Corpus Christi ZEIT ENERGY RFQNO.201SO1 Design,Build.Operation,and Maintenance Services ... Ayers Street CNG Station-Technical Proposal Internet Assist in- Service Coordinate -coordination - Engineering Design Engineering Project Assistant Construction Design Project Leader Manager Project Mgr Manager Designers Superintendent Ns Pre-design Schedule, Schedule, Meeting Participate Coordinate, Coordinate, Participate Participate - Participate Participate is Schedule, Schedule, Survey Coordinate. Coordinate, Develop and Participate Participate prepare ma Schedule, Schedule, Geotech Coordinate, Coordinate, Develop and Participate Participate prepare is Schematic Develop And Design Review Review Review Review Prepare - �'""* Development Develop And Design Review Review Review Review - Prepare Construction Review Review Review Review Develop And - Document Prepare Sub-Contractor Bids SubContractor Project Assistant Construction Bids Project Leader Manager Project Mgr Manager Designers Superintendent Request for Review Develop Assist in Review - - Proposals development Ma SubContractor Review Review Review Review - - Evaluation Om Development Review Review Review Review - - Design sr , II 1717 McKinney Ave,Suite#700 Dallas,TX 75202 6 I City of Corpus Christi ZEIT ENERGY RCorpus015-01 Design,Build,Operation,and Maintenance Services ''�. } ti(, i F: Ayers Street CNG Station-Technical Proposal , Permitting Permitting Project Leader Project Assistant Construction Designers Superintendent Manager Project Mgr Manager Answering Process and Assist in permitting City Permitting - permitting - questions and - Coordinate process revising plans if necessary Construction Assistant Project Construction Construction Project Leader Manager Project Manager Designers Superintendent Manager Pre- Coordinate and Coordinate and Construction Participate Participate Participate Participate Participate Meeting -Mobilize on - -Coordinate site Subcontractors -supervise work -Review -schedule inspections inspections -Review reports records -Enforce Job and submittals -Review Daily site safety -Manage Review reports construction Respond to requirements and submittals Construction schedule and manage reports questions from -prepare and resources -Manage the construction submit daily Participate in schedule and construction team construction Construction resource schedule reports Meetings -prepare and -Address Job -coordinate site and construction construction meetings issues Periodically Complete and submit the Review Record drawings for Review and Installation Installation Checklists Verification - - Accuracy verify Continuously Review and installation Maintain the approve record checklists drawings Utilities Coordinate Coordinate Coordination - Utilities - Utilities .. - Installation Installation __ 1717 McKinney Ave,Suite#700 Dallas,TX 75202 7 I City of Corpus Christi w e `""- REQ N0.2015-01 Z E I T ENERGY Design,Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal rr Coordinate with Review and Equipment _ _ Verify Station Verify Equipment Startup Manufacturers Readiness equipment performance Final Coordinate with Final Verify and Address any Acceptance Owner Installation approve final Punch List Review Installation items Implementation support • The schedule and task completions will be updated periodically on the projects schedule webpage. ,. Before construction starts a preconstruction meeting will be held with the city to implement a construction plan and coordinate with all parties involved in the construction. • Documentation 0 During construction Pictures will be taken periodically and uploaded to the project webpage to ow document the progress of the construction. Performance Monitoring o a bi-weekly meeting will be held with the City to go over the progress of the construction and WI assess how the schedule is evolving Anticipated Problems and solutions Equipment Long Lead Times currently the lead times for the compression equipment is 16 to 18 weeks, therefore it is critical that this equipment is ordered as soon as possible in order to meet the proposed CNG station completion.This will be done during the initiation an planning phase. y, IMO Water table it because of the proximity to the water we foresee issues with a high water table which can become a challenge to build the equipment foundations . to mitigate this issue we could possible utilize a wellpoint dewatering system in location where deep foundations will be needed.the geotechnical report will give us a los good insight on the exact condition of the soil. Utility coordination the coordination with the electrical and gas utility is also extremely important throughout the project. It will start with the equipment sizing and requirements to process necessary easements, if required,to the final w utility upgrade and construction, and finally the actual service start.This will required a dedicated effort by the project manager which we have plenty of experience with. w e low 1717 McKinney Ave, Suite#700 Dallas,TX 75202 8 1 City of Corpus Christi ZEIT ENERGY RFQNO.20] Design,Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal iow,„ 1 Corrosion Although all of the equipment and material will be specified and built to resist corrosion,we understand the r highly corrosive nature of the area and we will implement tasks in the operation and maintenance plan to periodically check and inspect the complete installation for signs of corrosion and address any issues that come up. w Project Schedule ■ See attached Exhibit A Ability to meet schedule We understand the critical nature of the timing involved in this project.Although we are historically able to perform multiple projects simultaneously,by the time we will be awarded with this project,Zeit Energy will have finished all of our design build projects and we will have more than enough capacity to have personnel dedicated to your project. We do not need to increase staffing to fulfill the requirements of this project.Zeit Energy adds personnel on an internal schedule based on our future projects in aggregate and our ability to integrate new staff ,..f., MB effectively. We only pursue the projects where the scope and project schedule meet our current capabilities to ensure projects are delivered on time and budget. Our goal is to schedule tasks with the time constraints of our team in focus; however, sometimes, circumstances dictate concurrent tasks and additional resources. On the Zeit Energy side of the team, our staff has redundancy at every position so there is generally someone available to help out if tasks fall together in a way that overwhelms an individual's capabilities. FNI has over 400 employees so there are so more than enough resources to pitch in if needed. From the perspective of project management, we are always managing multiple concurrent tasks. We do this successfully by utilizing technology,independently proficient staff,and constant communication. rr w r'' 1717 McKinney Ave, Suite#700 Dallas.TX 75202 9 City of Corpus Christi RFQ NO.2015-01 ZEIT ENERGY Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal Equipment Listing System Components: • Compressor-ANGI NG300 200 hp,574 scfm @ 105 psi Inlet(QTY:2) • Duplex Motor Starter Panel(QTY: 1) i • Dryer-XEBEC-Non-Regen(QTY: 1) • 1/2"Priority Panel:(QTY: 1) • Fast-Fill Dispenser Kraus(QTY: 2) . Communication Panel-CP-400(QTY:1) • Fast-Fill Storage-3-Pack 36,000 scf(QTY: 1) • Back-up Generator/Automatic Transfer Switch(QTY: 1) Services: Commissioning&Start-un Suuport(Start-up):The program is designed to provide the basics of maintaining our systems and ensures that the installation of all site connections is complete and correct as well as validating warranty. Freight:CNG Equipment delivered to site Overview: Output for each compressor: 247.77 DGE/Hr* or 266.98 GGE/Hr** System Output: 495.54 DGE/Hr* or 533.96 GGE/Hr** * 1 DGE(diesel gallon equivalent)=139 SCF(standard cubic feet) ** 1 GGE(diesel gallon equivalent) =129 SCF(standard cubic feet) Requirements: • 480 volt/3 Phase from electric utility • 110 psig inlet pressure from natural gas utility • Internet line 1717 McKinney Ave,Suite#700 Dallas,TX 75202 10 City of Corpus Christi 12FQNO. 2015-01 ZEIT ENERGY Design,Build,Operation, and Maintenance Services Ayers Street CNG Station-Technical Proposal ..�, ANGI Compressor(QTY:2) ANGI NG300E • Designed and built in accordance with NFPA 52,NEC,and ASME standards • 574 scfm Flow Capacity @ 105 psig Inlet Pressure per compressor • 4500 psig Discharge • Oil-lubricated system • 200 Bhp,480 VAC,1800 rpm Motor r • ANGI Control System—Horner RX371 • Communications Panel Motor Starter Panel:Duplex,200 hp(QTY 1) • Soft starter • (.• 3 - • NEMA 3R Enclosure • .. • • 65 KAIC Short Circuit Rating • • Equipment Control Power&ESD Control + s ;00000010-1 OPTION Compression Upgrade: • 727 scfm Flow Capacity @ 105 psi inlet pressure per compressor • 250 Bhp,480 VAC,1800 rpm Motor • Includes Duplex 250 hp Motor Starter Panel Inlet Gas Dryer(QTY:1) XEBEC Model STV3ONGX • Removes moisture to levels below SAE J-1616 - maximum allowable limits t V • Single Tower • Non-Regen • Dryer is rated for 150 MAWP 4 • 1 Pre-filter and 1 After-filter mounted x , OPTION Compression Upgrade: f • Dryer optimized for increased flow L 4 1717 McKinney Ave,Suite#700 Dallas,TX 75202 11 ` City of Corpus Christi 106 RFQNO. 2015Ol ZEIT ENERGY Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal Fuel Management Panel(QTY:1) • 1/2"Electronic Priority Panel • Temperature compensated Fill i *-' OPTION Priority Panel Upgrade: - . 1"Electronic Priority Panel i 1 1 Fast-Fill Dispenser(QTY 2): Kraus • Manufactured in accordance with latest versions of NFPA 52,NEC,ANSI/IAS NGV • Internal Card Reader 4, . . . Rated for 5,000 psi : » p c ' <<. • Dual Hose,3/8"x 1/4"Twin Synflex � i ii. • CT1000 Nozzlesimmi • (1)LCD Display with Backlight per Hose a gin �, . Stainless Steel Enclosure . Approved for Weights and Measures 4 iiil , ' r Ott Fuel Management system by Retail Data solution ' 44 =w,, ,, ;ti ! OPTION Dispenser Downgrade Fast-Fill Dispenser(QTY 2): NATURAL SAS FON ,'_ .• e: ANGI Series II Dispenser 7 • Manufactured in accordance with latest 1 versions of NFPA 52,NEC,ANSI/IAS NGV • • External Card Reader • Rated for 5,000 psi ' 3 '` + . Dual Hose,3/8"x 1/4"Twin Synflex r' l ' if ". . NGV1 Type II Nozzles,3600(Staubli P36) _ . (1)LCD Display with Backlight per Hose ! ANGt ; _,i ▪ Stainless Steel Enclosure • Approved for Weights and Measures „� 1717 McKinney Ave,Suite#700 Dallas,TX 75202 12 City of Corpus Christi _ ZEIT EN ERGS' RFQNO. 2015-01 Design, Build, Operation,and Maintenance Services ' Ayers Street CNG Station -Technical Proposal .--, OPTION Dispenser Downgrade . , ,, Fuelmaster Card Reader(QTY:1) • Standalone Tower II r • Authorization external card reader accepting all major credit and fleet cards • Printer option • Pro-Key Option r u c L. V A z I A ASME storage 3-Pack(QTY:1) ,- FIBA b • Fabricated to ASME Code Section VIII .r< • Can store 36,671 scf Natural Gas at 5,000 psig • ,.*. z ' • Rated for 5,500 MAWP , • Each assembly includes inlet&relief valve '.._.--. isolation ball valves - , •" '- • ASME pressure relief valve for each vessel • I-beam mounting of vessels in a 1 wide,3 4 high configuration IZ —144111111t 4 b OPTIONAL Storage Upgrade: • ASME storage 3-pack 38'long a =' A • Can store 64,766 scf Natural Gas at 5,500 psig -' Remote Monitoring System(QTY 1): CP-400 • Monitoring&Data Collection of Complete Fueling Process 11049 • Detailed Fault Alerts Via Email&SMS Text �ANGI rr I% t -, t • Customer Supplied Internet Connection •* Required secs I 1717 McKinney Ave,Suite#700 Dallas,TX 75202 13 City of Corpus Christi Z E I T ENERGYRFQ NO.201 S-01 Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal Stationary Back-Up Generator(QTY 1): 01 Cummins Model DFEJ • 500 kW Standby • 400 kW Prime c— • 480V-3ph-60hz • Automatic Transfer Switch — f • 24HR UL Fuel Tank a ac=-- • Startup and Load Bank Testing t • as • Genset enclosure(not shown) MN O 11 ON INN "' 1717 McKinney Ave,Suite#700 Dallas,TX 75202 14 r City of Corpus Christi ZEIT ENERGY RFQN0.2015-01 Design,Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal ,,. r CNG Station 3D Site Layout Option 1 4111111141110111 - - _ ay` +C� Ns ,�,. .u+N+� rsrY•ws.+ ff. <..r.eMk� �i t w ;�r. Ne S 15 1717 McKinney Ave,Suite#700 Dallas,TX 75202 E, `� City of Corpus Christi ZEIT ENERGY RFQ nanceServices • is Ayers Street CNG Station-Technical Proposal ma CNG Station 3D Site Layout rr Option 2 - _ M. e� M»" re isi �a: k 1. I s w * .. III bq 1 1 E , I I t f IN i — we _. i et 4 '1OP k ,,ii ,� . �} d fhb a t 4 �. y} b ���4 yew":! air..., . w ,, !. 1717 McKinney Ave. Suite#700 Dallas,TX 75202 16 City of Corpus Christi ZEIT ENERGYRFQNO.2015-01 Design,Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal Engineering& Construction Scope Engineering/Construction Management • Professional Engineering design • Geotechnical Investigation • Survey • Sealed Construction Document • Construction Management and on-site Supervision is Civil Scope • Site Grading/Preparation ID • Construction Signage and Barricades • Erosion Control plan requirements • Trench Including Backfill/Compaction • Trench for Electrical Utility and communication Service • Concrete paving and curbs • Electrical Concrete Pad • Compressor Concrete Pads • CNG Dryer Concrete Pad • Priority Panel Concrete Pad • Storage Concrete Pad h . Back-up Generator Pad • Fast-Fill Dispenser Islands • Fast-Fill Island Canopy ■ • Materials,Labor,and Equipment to set and anchor equipment(Dispensers,Dryer,Compressors, Storage Vessels,Priority Panel,Fire Extinguishers,signs) • Chain-link Fence(Compressor Area) • Aggregate rock in equipment area ▪ Bollards • Project Signage and Fire Extinguishers • Furnish and Install Gates and Doors • Project general(Toilet,Dumpster,water supply etc...) • Permitting !" t Electrical Scope . Service Entrance disconnects/Panels(Furnish and Install) • Emergency Shutdown Buttons(Furnish and Install) • All Conduits,Conductors and seal-offs(Furnish and Install) • All CNG Equipment Terminations(equipment by others) . Light Fixtures&Switches(Furnish and Install) . Equipment Grounding . Permitting Mechanical Scope • Furnish and Install Carbon Steel Pipe From Gas Meter Station to Dryer . Furnish and Install Carbon Steel Pipe from Dryer to Compressors 1717 hir_Kinneyr Ave, Suite #700 Dallas, I'X 75202 17 E T City of Corpus Christi Z E I T ENERGY RFQ N0.2015-01 Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal . Pressure Test Carbon Steel Pipe • Provide and Install Storage Cylinders Vent Stacks • Provide and Install all high Pressure SS tubing Sleeves • Install SS tubing in Sleeves • Provide and Install all high pressure Fittings needed to connect High pressure SS tubing to CNG Equipment • Pressure test High Pressure SS tubing • Mount and Connect Fast Fill Dispenser • Permitting Landscaping Scope • Install grass between the entrance and exit drives Excluded: • Natural Gas Utility Service to the Meter Set Assembly at the CNG Equipment • Demolition *14 • Monument sign • Driveway Lights Foundation • Driveway Lights installation Kt N rt1r ✓ ✓ a 1717 McKinney Ave,Suite#700 Dallas,TX 75202 18 City of Corpus Christi ZEIT ENERGYRFQNO.2015-01 Design, Build,Operation,and Maintenance Services ,( i =, Ayers Street CNG Station-Technical Proposal Best Practices for a Corrosion resistant facility To prevent corrosion issues, all exposed materials will be corrosion resistant such as aluminum and stainless steel or treated to resist corrosion such as galvanizing or PVC coating. Canopy he • The canopy shall be got dip galvanized steel with galvanized aluminum decking. . The canopy is welded in place. The welds are covered with galvanized paint and will require paint maintenance. We suggest yearly visual inspection of the welds,and redo the paint the on the weldes every 3 to 4 years. CNG storage • Storage cylinders shall have a zinc coat,then DuPont primer and enamel finish coat. Dispenser . Kraus dispensers have a have a stainless steel frame which is corrosion resistant. Environmental Protection of surrounding area . A Stormwater Pollution Prevention Plan will be created during the design phase and will be implemented during the construction of the station. • A Garbage dumpster will be on site from the start of the project to the end, to collect all the ,. construction garbage so that none of the surrounding areas are affected. �. Construction Oversight • The construction phase will be assigned to the superintendent, the construction manager and the project manager. Construction meetings will be held periodically to track the progress of the ,.� construction.The superintendent will submit daily reports to the construction manager and the rest of the team. The project manager will update the schedule based on the construction progress and will keep the City updated on the project status. it System Warranty ANGI Energy WARRANTY. ANGI hereby warrants that the EQUIPMENT sold hereunder shall be free of defects in material and workmanship appearing within 12 months from the date the EQUIPMENT is placed into service or 18 months from the date the GOODS are available to be shipped;whichever comes first. PURCHASER must give written notice of any defect covered by this warranty to ANGI within the warranty period. For any defect covered by this warranty, ANGI shall repair or replace the EQUIPMENT. Repairs or replacement parts are warranted for 90 days from the date that the repaired or replaced EQUIPMENT OR GOODS are shipped from rr the factory or until termination of the original warranty,whichever is longer.This warranty does not cover labor costs and other contingent expenses for the diagnosis of defects or for removal and reinstallation of the EQUIPMENT. Such repair or replacement shall be PURCHASER's sole and exclusive remedy for ANGI's breach of this AGREEMENT. 1717 McKinney Ave, Suite#700 Dallas,TX 75202 19 City of Corpus Christi as ZEIT ENERGYRFQNO.2015-01 Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal This warranty does not extend to any GOODS or EQUIPMENT which have been(a)subject to misuse,neglect, accidents, acts of God, or causes of a similar nature; (b) repaired or altered by anyone other than ANGI, without ANGI's prior approval; (c) improperly installed by anyone other than ANGI or someone under its direction or (d) to consumable parts or materials such as filter elements, seals, belts, or fuses, (e) damage resulting from overloading the GOODS or EQUIPMENT, or (I) damage resulting from PURCHASER's X01 noncompliance with applicable codes and safety rules including NFPA-52 Vehicular Gaseous Fuel Systems Code which includes references to several other standards and code requirements, including NFPA-70 — Article 500 National Electrical Code, ASME Boiler and Pressure Vessel Code Section VIII,ANSI/ASME B31.3 Process Piping and ANSI/IAS NGV 4.1 CSA 12.5 NGV Dispensing Systems. ANGI certifies that all equipment, as supplied to the customer,meets or exceeds the requirements of NFPA-52 and its associated references.All site construction is the responsibility of the owner and must be performed according to these codes and requirements along with all local codes and requirements of the Authority Having jurisdiction(AHJ). Failure to do so represents a noncompliance with applicable laws and safety rules required by this agreement and therefore voids the warranty. The owner absolves ANGI of all liabilities for nonconformance to codes, defects, failures, or workmanship done by others.This warranty does not extend to nor does ANGI provide any warranty to components such as motors and drive engines that are separately covered by a warranty issued by their respective manufacturers. ANGI shall transfer or pass through to PURCHASER any such warranties received by ANGI. 1111 This warranty is in lieu of all other warranties expressed or implied. EXCEPT TO THE EXTENT PROHIBITED BY APPLICABLE LAW, THIS IS THE ONLY WARRANTY GIVEN FOR THE SALE OF GOODS, EQUIPMENT AND/ OR SERVICES. NO WARRANTIES OF MERCHANTABILITY AND se FITNESS FOR PARTICULAR PURPOSE SHALL APPLY. IN NO EVENT SHALL ANGI BE LIABLE FOR CONSEQUENTIAL, SPECIAL, INDIRECT, PUNITIVE, OR INCIDENTAL DAMAGES RESULTING FROM THE PURCHASE OR USE OF ANGI EQUIPMENT,GOODS,AND/OR SERVICES RESULTING FROM ANY DELAYS OR FAILURE OF PERFORMANCE OF ANGI UNDER ANY AGREEMENT BETWEEN ANGI AND PURCHASER, OR RESULTING FROM ANY SERVICES FURNISHED BY ANGI. This warranty may not be modified,amended,or otherwise changed except by a written document properly - executed by ANGI. Xebec Inc Limited Warranty. SELLER shall repair or replace, without charge EX WORKS Blainville, Quebec (Canada), any part or parts of the equipment sold which,within the period of two(2)years from the date of start-up or thirty (30) months from the date of SELLER's invoice, whichever period expires first, shall prove to have been defective, provided that the Purchaser gives to SELLER immediate notice in writing of the discovery of any defect and immediately delivers, at the Purchaser's cost, such defective part or parts to SELLER or its nearest authorized distributor. IN THE EVENT THE REPAIR OR REPLACEMENT OF SAID PARTS REQUIRE THE SERVICES OF A SERVICE it TECHNICIAN, SELLER WILL FURNISH A SERVICE TECHNICIAN, SAID SERVICES TO BE FREE OF CHARGE IF PERFORMED WITHIN THE PERIOD OF NINETY (90) DAYS FROM THE DATE OF EQUIPMENT START-UP OR SIX (6) MONTHS FROM THE DATE OF SELLER'S INVOICE, WHICHEVER PERIOD EXPIRES FIRST. SAID SERVICES WILL BE PROVIDED DURING REGULAR WORKING HOURS ONLY, AND ANY OVERTIME PREMIUMS RESULTING FROM OVERTIME WORK REQUESTED BY THE PURCHASER SHALL, AT ALL TIMES, BE AT PURCHASER'S COST.TRAVEL TIME,TRAVEL AND LIVING EXPENSES SHALL ALSO,AT ALL TIMES,BE AT THE PURCHASER'S EXPENSE. r 1717 McKinney Ave, Suite #700 Dallas,TX 75202 20 r` City of Corpus Christi ZETT ENERGY RFQNO. 2015-01 Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal SELLER'S EQUIPMENT PERFORMANCE GUARANTY IS SUBJECT TO SELLER'S EQUIPMENT SOLD BEING COMMISSIONED AND START-UP BY HIS FACTORY TRAINED FIELD SERVICE TECHNICIAN. SELLER'S NO ORIGINAL SPARE PARTS MUST BE USED AT ALL TIMES OR THE WARRANTY WILL BE VOID. SPECIFICATIONS, LIMITATIONS, AND RECOMMENDED APPLICATIONS AND USES FOR PRODUCTS MAY BE ESTABLISHED BY SELLER FROM TIME TO TIME. ONLY THOSE SPECIFICATIONS, LIMITATIONS, AND RECOMMENDED APPLICATIONS AND USES EXPRESSLY IDENTIFIED AS SUCH BY SELLER SHALL BE BINDING UPON SELLER. SAMPLES, DESCRIPTIONS, REPRESENTATIONS, AND OTHER INFORMATION CONCERNING PRODUCTS CONTAINED IN SELLER'S CATALOGS, ADVERTISEMENTS, OR OTHER rr PROMOTIONAL MATERIALS OR STATEMENTS OR REPRESENTATIONS MADE BY SELLER'S EMPLOYEES OR SALES REPRESENTATIVES ARE FOR GENERAL INFORMATIONAL PURPOSES ONLY AND ARE NOT BINDING UPON SELLER. NO EMPLOYEE, AGENT OR SALES REPRESENTATIVE OF SELLER SHALL HAVE ANY AUTHORITY WHATSOEVER TO ALTER, EXPAND OR OTHERWISE MODIFY THIS LIMITED WARRANTY OR SELLER'S PRODUCTS SPECIFICATIONS, LIMITATIONS, OR RECOMMENDED APPLICATIONS WITHOUT SELLER GIVING ITS PRIOR EXPRESS WRITTEN CONSENT TO PURCHASER. This Limited Warranty does not cover normal maintenance or items consumed during normal operation, normal wear and tear, use under circumstances exceeding specifications, abuse, unauthorized repair or alteration, lack of proper maintenance or damage caused by natural causes such as fire, storm, or flood. Except as otherwise provided, SELLER shall not be liable for transportation, labor or other charges for Is adjustments, repairs, replacements, installation, or other work which may be done upon or in connection with the Products sold.This warranty covers only standard catalog items. This Limited Warranty is Purchaser's exclusive remedy.It shall not be deemed to have failed of its essential ,• purpose so long as SELLER is willing and able to repair or replace defective Products in the manner specified. Except as herein provided, SELLER shall not be liable to Purchaser in any manner with respect to the Products. In no event shall SELLER'S liability to Purchaser ever exceed the purchase price of the allegedly defective Product. is EXCEPT AS EXPRESSLY PROVIDED IN THIS LIMITED WARRANTY, SELLER DISCLAIMS ALL WARRANTIES AND REPRESENTATIONS OF ANY KIND, EITHER EXPRESS OR IMPLIED, AS TO THE PRODUCTS,INCLUDING ALL REPRESENTATIONS AND WARRANTIES (A) AS TO THE DESIGN, QUALITY OR CONDITION OF THE rr' PRODUCTS; (B)AS TO THE MATERIAL, EQUIPMENT OR WORKMANSHIP IN THE PRODUCTS; (C)AS TO THE MERCHANTABILITY OR FITNESS OF THE PRODUCTS FOR ANY PARTICULAR PURPOSE; (D) AS TO THE SUITABILITY OF THE PRODUCTS FOR PURCHASER'S PURPOSES OR THE IMPACT OF THE PRODUCTS ON rn PURCHASER'S OPERATIONS. SELLER MAKES NO WARRANTIES OR GUARANTIES REGARDING THE PRODUCTION OR PERFORMANCE PURCHASER OR ANY OTHER PERSON OR ENTITY MAY OBTAIN FROM THE PRODUCTS ki Kraus Global IMPORTANT: THIS EXPRESS WARRANTY IS IN PLACE OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED. THERE ARE NO OTHER WARRANTIES THAN THOSE SET OUT IN THESE TERMS AND CUSTOMER NE WAIVES, TO THE MAXIMUM EXTENT PERMITTED BY LAW, ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WARRANTIES RESPECTING MERCHANTABILITY OR FITNESS FOR PURPOSE. KRAUS DOES NOT ASSUME RESPONSIBILITY FOR ANY OTHER WARRANTY OR REPRESENTATION MADE BY ITS DISTRIBUTORS OR ANY OTHER PERSONS. KRAUS IS NOT RESPONSIBLE OR LIABLE UNDER ANY CIRCUMSTANCES FOR LOSS OF PROFITS. CONSEQUENTIAL OR SPECIAL DAMAGES HOWEVER CAUSED, AND WHETHER FORESEEABLE OR NOT. 1. TERMS OF WARRANTY. Imo This warranty is subject to the exclusions and limitations set out in section 18. 1717 McKinney Ave,Suite 4700 Dallas,TX 75202 21 in City of Corpus Christi ~` ZEIT ENERGY RFQ NO.2015-01 Design,Build,Operation,and Maintenance Services ..�., Ayers Street CNG Station-Technical Proposal rr a. Kraus warrants that its Products are free from defect and will perform in accordance with the specifications in Kraus' quotation, or in accepted Purchase Order, for 12 months from ise completion of commissioning or 15 months from date of shipping; whichever is sooner. A commissioning report must be submitted by the buyer before a warranty claim is processed. b. During the warranty period, Kraus will at its option either repair or replace any defective component (excluding those listed under Section 18 below). Warranty must be established by means of component analysis or on-site inspection. c. Warranty will be honoured (at Kraus' option) either by replacement of defective parts,or by a nr credit to the Customer's account in an amount equal to the cost of the defective part. For replacement parts, Kraus will ship replacement parts FREIGHT COLLECT (for which the Customer is responsible) and will invoice for the replacement parts at time of shipment, for which the Customer is responsible to pay, and provide an equal credit only upon(a)receipt of go the defective parts and (b) confirmation that the parts were in fact defective and not subject to abuse or other conditions not covered by this warranty. d. Warranty can only apply to electronic boards if they are returned in the proper static shielded so packaging. The warranty will be honoured only after a written acceptance of warranty has been delivered by Kraus to the Customer. e. There may be times when the Customer may not be required to send back the affected parts for ire inspection by Kraus. On shipments of this nature the parts will be sent out at no charge and the freight will be sent FREIGHT COLLECT(for which the Customer is responsible). f. Travel, labour, travel time, mileage, or freight costs are not covered by the warranty and are the responsibility of the Customer. Kraus personnel are available charged at a rate of$800 US gm per day plus expenses. Expenses will be billed with an additional 15% administration fee. A Purchase Order must be received by Kraus prior to attending the site or shipment of parts. g. This warranty only applies to the Product manufactured and supplied by Kraus. All other third party components (not manufactured by Kraus)will carry only the third party manufacturer's limited warranty. 2. Exclusions and Limitations. No warranty is provided on: ata a. Product or parts that have been subjected to use other than for the intended purpose, abuse, accident, faulty installation, damage during transportation, lack of maintenance or incorrect maintenance. b. Consumable items such as o-rings,seal kits,fuses, and filter elements. c. Hose assemblies including nozzles,probes,breakaways,refueling valves,and hoses. d. Damage caused by unfair wear and tear or accident. e. Failed components due to poor quality electrical or gas supply. 3. Installation Conditions. Warranty applies to dispensers installed in the following conditions: a. Power supply is 240V 50Hz±10%or 120V 60Hz±10%. If the power supply is subject to spikes or brown outs outside of this range then an online true sine wave UPS is required. No b. Air temperature is-25°C to+50°C. c. Air humidity is 10%to 95%. d. Gas temperature is-25°C to+75°C. e. Maximum water dew point of natural gas is -32°C @ 250 Bar. If the gas moisture content is above this dew point then an inlet gas dryer prior to the compressor is required. 4. Limited Liability. The liability of Kraus is in all cases limited to the cost of the Product purchased. In no event shall Kraus, or its affiliates, be responsible for any amount in excess of this. The Customer NIB 1717 McKinney Ave, Suite #700 Dallas,TX 75202 22 City of Corpus Christi ZEIT ENERGY RFQ NO.2015-01 Design, Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal ,. us hereby indemnifies and agrees to hold Kraus harmless from any such claims or amounts in excess of the amount that Kraus,or its affiliates,become required to pay. 5. Force Majeure. Kraus shall not be liable for any failure or delay in performance under this agreement to the extent said failures or delays result from events beyond its reasonable control that occur without its fault or negligence, including, without limitation: (a) failure of suppliers, subcontractors, and carriers, or party to substantially meet its performance obligations; (b) lightning,storms,earthquakes, floods and other Acts of God; (c) fires, explosions, breakdowns of machinery or equipment and other accidents and disturbances; (d) vandalism, riots and other civil disturbances; (e) war, terrorism, rn sabotage and other similar acts; (f) sanctions, embargo, export controls or any other government restriction; (g) acts or omission of any government or governmental body or agency; and (h) strikes, lockouts,work stoppages and other labour disturbances. 11111 6. Intellectual Property Rights. Customer agrees that all patents, trade secrets, trademarks, copyrights and other intellectual property rights relating to the Product supplied by Kraus and remain the property of Kraus. Customer may not remove or alter any stickers, labels and other identifying markings affixed to the Product without Kraus'prior written consent. 7. Indemnification. Without limiting any other indemnities supplied in these terms, Customer agrees to indemnify, defend, and hold harmless Kraus from and against all claims, liabilities, losses, expenses, damages, and costs, including reasonable attorneys' fees, resulting in improper installation or use of Kraus Product. 8. Governing Law. The sale of Product (including these terms and conditions) shall be governed by and s" interpreted in accordance with the laws in force in the Province of Manitoba,Canada. Fiba FIBA warrants that new products of its own manufacture will be free from defects in material and workmanship and will be in compliance with(i)all applicable DOT,regulations pertaining to the use of such products in trade or commerce and (ii) subject to the provision of paragraph 14 hereunder, other w specifications set forth in the accompanying Purchase Order at the time of shipment and subject to all other provisions and limitations herein after set forth for one(1)year from date of shipment,provided equipment is installed, operated and maintained in accordance with its intended use and FIBA'S written performance specifications. FIBA's obligations under this warranty are limited to repairing or replacing any such defective or non-conforming product sold by FIBA. FIBA shall have no obligation under this warranty unless such product is promptly returned to FIBA, transportation charges prepaid by Buyer,unless otherwise specified in writing by FIBA,and examination of such product shall disclose to FIBA's reasonable satisfaction that such product is defective, or non-conforming in which event, FIBA at its sole cost and expense, shall repair or replace such product within a reasonable time after such return of the product to FIBA. FIBA shall bear the cost of repair or r replacement of any product which is determined to be defective or non-conforming. The Buyer shall bear the cost of reshipment of the product to Buyer if FIBA determines the product is beyond the warranty period or otherwise not entitled to the benefits of this warranty. The remedies set forth herein are exclusive. FIBA shall not be liable for any direct, indirect, consequential or exemplary ms damages resulting from the delivery, use or failure of the product (including loss of any material stored in this product)or from any other cause whatsoever. im is 1717 McKinney Ave, Suite::700 Dallas,TX 73202 23 r re City of Corpus Christi ZEIT ENERGY RFQ NO.2015-01 Design,Build,Operation,and Maintenance Services Ayers Street CNG Station-Technical Proposal rr This limited warranty is void with regard to any product sold by FIBA which has been subject to misuse, negligence, alteration, conversion, corrosion, fire, heat, accident or improper installation, application, storage,combination with other components or repair by others. THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE PRODUCTS SOLD BY FIBA AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES OR INDEMNIFICATION, EXPRESS OR IMPLIED, 111 INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.THIS WARRANTY CAN NOT BE ASSIGNED WITHOUT PRIOR WRITTEN CONSENT OF FIBA. WARRANTY PROCEDURE. To make a claim under this warranty, Buyer must: 1) give FIBA written notice within ten (10) days after discovery of a claimed defect or non-conformity; 2) immediately discontinue use of the product, and; 3) return such product to the location specified by FIBA for evaluation to validate the warranty claim. If the claimed defect or non-conformity is confirmed by FIBA's inspection and the claim has been timely made, FIBA will at its option and as Buyer's remedy repair or replace such product or any ow component part thereof,. Any related components or other equipment manufactured by others,which may be sold with FIBA's product,are not covered by this warranty. Commitment to quality construction and an appreciation of design excellence. Zeit Energy is known throughout the industry for our design and construction expertise. Our customer list includes most of the major oil and natural gas production companies like Apache, Pioneer, Encana, and Southwestern Energy. These companies represent the highest level of expertise possible without being in the CNG business. They overwhelmingly choose Zeit Energy for their CNG specific design and construction. Further evidence of our commitment to quality is our selection of Freese and Nichols as our engineering partner. In 2010, FNI were awarded the Malcolm Baldrige National Quality Award. This is the highest award of its kind for quality. While not required in Texas, Zeit Energy is a licensed General Contractor in rr most of the southern states that do. These licenses required examinations and in some states like Florida, the education and examination is extensive. Conceptual Engineering See attached Plans Outline Specifications See attached Exhibit Maintenance CNG fueling equipment is highly technical and requires a very high level of proficiency on the mechanical side as well as on the electronic control side.All stations have different operating characteristics and special training and experience are crucial to ensuring that CNG systems operate properly. Periodic maintenance is also required to operate at peak efficiency and minimize unscheduled downtime. Inadequate start-up and maintenance can seriously jeopardize the CNG equipment operation. ., At Zeit Energy we have the experience and the expertise necessary to provide you with top notch maintenance services and maintain your CNG equipment in a perfect condition. Additionally, for your so 1717 McKinney Ave, Suite #700 Dallas,TX 75202 24 City of Corpus Christi ow RFQ NO.2015-01 Z E I T ENERGY Design,Build,Operation,and Maintenance Services F. Ayers Street CNG Station-Technical Proposal peace of mind,Zeit Energy has the ability to monitor your system 24hrs/day, 365 days/yr through a SCADA system and coordinate all CNG maintenance activities to ensure the perfect operation of your CNG facility. Our Service Mission Statement: To ensure that our customers experience a smooth and reliable CNG station operation through the highest level of technical expertise and service commitment. Optimum maintenance is the key to a reliable CNG station and its benefits far outweigh the costs and efforts err involved. A well maintained CNG station can save time, reduce operational costs and improve efficiency. Zeit Energy also believes that equipment commissioning and startup are equally as important as the routine maintenance. A proper start-up sets a system data baseline for the long term operation of the CNG facility. Zeit Energy will perform the CNG station equipment acceptance and maintenance as follows: 1.Equipment Acceptance and Start-up Zeit Energy will perform vendor on-site inspections when equipment is being tested at the vendor's facility. We inspect the equipment to verify that it is operating properly and that the specifications are met. Our experience has shown that this ensures a much smoother and proficient equipment start-up and that the scheduled station operational date is met. NE The equipment start-up will be performed by the vendor's engineers and technicians under the direction of Zeit Energy.Zeit Energy will compile all start-up documents and maintenance manuals.Our personnel will complete equipment test run reports on all equipment to verify their performance. The equipment will not be accepted and the final payment will be withheld if any discrepancies were found and not corrected.Once the equipment is working properly, Zeit Energy will record a baseline data run which will be used to determine whether the equipment is operating at full capacity,and if that capacity is decreasing over time. 2.Preventative&Scheduled Maintenance Preventive maintenance will result in less down time by correcting small problems before they become large problems. ■r Daily, weekly, monthly and yearly maintenance will be performed by our technicians. Unacceptable conditions will be corrected upon discovery, and maintenance forms executed and kept on file. Our .,r equipment Test Data Forms allow us to predict certain failures in advance by meticulously recording all necessary pressures and temperatures. Scheduled maintenance (Table 1)will be performed at a minimum to the manufacturer's recommendations. Based on our experience, we may perform certain maintenance functions, such as changing inter-stage valves,even before the manufacturer's schedule to prevent any possible downtime. is All scheduled maintenance is coordinated first with the customer and is performed during off-peak fueling hours for minimal impact to the fueling operations. ■r 3. Repair Maintenance and Non-consumable Parts This includes any parts that are not filters or oil (consumables) and the labor to install. It is priced hourly per our attached rate sheet and is subject to change each quarter. It is different than Emergency maintenance in that repairs are scheduled in advance based on the availability of our technicians rather than subject to response times. 1717 McKinney Ave, Suite 4700 Dalias,TX 75202 25 City of Corpus Christi ZEIT ENERGY RFQ NO.2015-01 ~- y Design, Build,Operation,and Maintenance Services ,.., Ayers Street CNG Station-Technical Proposal Table 1:Maintenance Schedule teres l level 2 level t level 1eve1 to de+ Erery1rRt11R nmon th9.or Yearly or}.run• Is.ul: \teG'ns \lnnthk "soy 411011R 41n,llRui of opera oforcratlnn ohratlln Yes 1"L s I Yes 1'e. ton Set- ltern 1 1 hu.k\1'urung Pressures and 1empsratwrs • I ' l F l heck t'ompres>ur. Plinng and '1'uhmg Iii 2 .Obvious l.mks. Loose (:anno.-tions or !flaw • (:lamps t (heck}or Rough "numu!Noises 1 i t:heLkt'onipressor(Illlured • • \•Isualh in.p.s.I1nspensels.II .es andNni.,1, • o Drain llosetver tank!!!required • Drain 1 ondensate I'I • • Drain Itrr,r • ti Drain III.�n�l ll� thedtandasnflrmsafety shutdown funcUons Ii uti in1rk and m-.r run unit SIS I 2 cy e.Pryer • 1 Lubricate Akio, • I I Luhrkate fan It arngs • ' 1 haute I ompre..or 1)1 ti !Ilia and 1 Lan i; • . \trainer (kin Inter-'stag tiller t-.Lmenis and Lila., In • itnal}titer'lemons and Inks!titer}lements Inspect V k{r 1.'tLd\'alme, • isa tmput t ompressor Valrus • ▪ Inspeel 1 ompressor Rngsand ti uIs • 21 +-VerifyIrrrerit'ompressorhlpttttxrtt Insp,.tt t ompre..or t rank 'shaft Main S. Rod • ILallntrs tnspevt Compressor Lub.Dare t ham • Dram and t Len Heat}a:han}\rs(„re. • Clump ittslirrs,r}iters l • n l t heukand!Iran storake\'e•+s.d, • Inspai 411 VIre) • t InspL.t(cling Gores • Inspect Piston king end tap • Inspaa Piston Rods ( • . yin der Pasknd,...: • k and Ite•.1 althratr all t rnp.•rature and • Pressure(au ties (2k tand record Compressor Rod Run(rut • Grease\\'1 P\tern Ihreuls • r\dlust ttrre t halos • Piessurele.1I)Istllhuli 11 tl k. Pr.o,ure R.dtei\'a breh --- • tY }uu Utspcnser floe. ( • ; I:1tanly!erre(titer. I • 1717 McKinney Ave,Suite#700 Dallas,TX 75202 26 1 ' City of Corpus Christi Z E I T ENERGY R o1s-o1 Design,Build,Operation,and Maintenance Services Ayers Street CtTG Station-Technical Proposal o*M rr 4.Emergency Maintenance All emergency and unscheduled maintenance will be performed by our maintenance team.All compressor controls will have a dial out modem that will first dial the technician assigned to the project,second the Director of Maintenance and third the VP of Operations. The response time to any service call will be less than 30 minutes by phone and 2 to 3 hours on site. This will ensure a very timely response to unforeseen equipment failures.This type of maintenance will be rare after completing the initial shake-down of all equipment at start-up and by performing the regular preventive and scheduled maintenance. S. Parts Inventory In order to minimize downtime,a parts inventory for all new equipment consisting of inter-stage valves, valve gaskets,and consumables such as,0-ring kits,compressor oil,re-build kit for 1/4 turn valves,check valves,valve actuators,filters,dispenser hoses and nozzles,will be maintained on site at the expense of the customer.Other compressor parts that may be required will be available the next business day. We fully understand the importance of maintenance in making your project successful,and we are committed to providing you with exceptional and personal service.All of our staff members are one call rr away to solve your maintenance problems and answer any questions you may have. rr rr N N rr 1717 McKinney Ave. Suite#700 Dallas,TX 75202 27 �r. City of Corpus Christi RF NO.2015-01 Z E I T ENERGY Design,Build,Operation,and Maintenance Services .a.. > Ayers Street CNG Station-Technical Proposal Licenses and Certifications rr Building Contractor General Contractor Technical Arkansas South Carolina NFPA 52 u s FL-Miami Dade County Texas Texas Railroad Commission Louisiana Angi Energy Mississippi FuelMaster North Carolina Tennessee TX-Arlington INN CERTIFICATE 0 COMPLETION CERTIFICATE OF CO9►4PLE'17ON Patrick Zeiter FuelMasterTechnical Training Course _ This cerurcate is awarded to ANGI'Naming Sdwd Patrick Zeller n..-'/r.. -w-�.•4.r..+n...yi++r.�.w.r.$.w..�.r.... Mi.sttq�w:n.Iw4.ressWca.pole,WU.,AadZ.nn•'rcMcat us+.p&,.s.e .n,tsaat.n t,.Vt(r✓.,ty rmrrtt to C.+nurwm p Hxx.eq.rrsrw i,','te 1.a 110u+7 4rv16.,%$1 M tto 50.40, U ..0t'no'str pitt.ti.m and CrW,Writrq ANG/ ..µ�- t.a,crr GITIAt 1.1 RAILROAD COMMISSION OF TEXAS RAILROAD COMMISSION OF TEXAS \II\f I Ni RG\UI\l\II t\ \I COMPANY LICENSE [LR\Ail\1 t\I.RIi\'DIVISION COMPANY LICENSE NON !It \\SrIIt \IIII NON IRANSrERABir. • riD.. C4,44.1 • ■ O R \. '� 1717 McKinney Ave,Suite#700 Dallas,TX 75202 28