Loading...
Backup Documents 07/08/2014 Item #11F (Quality Enterprises USA) w µ ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLI C='vr. TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT ' THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATI.Wir 4 y.. �� Lu Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) 1. Risk Management Risk yc(((.( 2. County Attorney Office County Attorney Office . .)11 7)e)i 3. BCC Office Board of County Commissioners 4. Minutes and Records Clerk of Court's Office 17iY\ 9 i �' '':2/)arh 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Brenda Brilhart Phone Number 252-8375 Purchasing Staff July 17,2014 Contact and Date / Agenda Date Item was July 8,2014 V Agenda Item Number 11.Ft,/ Approved by the BCC Type of Document Contract Number of Original 2 Attached Documents Attached PO number or account N/A Solicitation/Contract 14-6270 Quality number if document is NumberNendor Name Enterprises USA to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be _`��� signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for t Chairman's signature. hF1 MEMORANDUM Date: July 21, 2014 To: Diana De Leon, Contracts Technician Purchasing Department From: Martha Vergara, Deputy Clerk Minutes & Records Department Re: Contract #14-6270"South RO Wellfield Voltage Cable Replacement" Contractor: Quality Enterprises USA Attached is an scanned copy of the contract referenced above, (Item #11F) approved by the Board of County Commissioners on July 8, 2014. The original contract will be held on file in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-7240. Thank you. Attachment hF1 t lit CO ler County Administrativte Services min Purchasing South RO Wellfield Voltage Cable Replacement COLLIER COUNTY BID NO. 14-6270 COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: BrendaBrilhart @colliergov.net Telephone: (239) 252 - 8446 FAX: (239) 252 - 6697 Design Professional: CDM Smith Purc,hasirg dent•3327 Taman Trail East•Naples,Ftarida 3:1124901•trww.coliiergoa.netipurchasing 1 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F coter COWitY Email:Telephone: (2 9)'252 8446iergov.net Adninistrative Sevi FAX: (239) 252-6697 Purchasing ADDENDUM #4 Memorandum Date: May 5, 2014 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4— 14-6270 South RO Wellfield Voltage Cable Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date of this bid has been extended until 2:30 PM on May 8, 2014. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Alicia Abbott, Project Manager 1 LLF Crofter County Email: BrendaBnlhart@colliergov.net Telephone: (239) 252-8446 Administrate e Servie Drvision FAX: (239) 252-6697 Purchasing ADDENDUM #3 Memorandum Date: April 24, 2014 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 — 14-6270 South RO Wellfield Voltage Cable Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date of this bid has been extended until 2:30 PM on May 6, 2014. CLARIFICATION: 1. According to the plans the only existing manholes are 1, 2, 3 & 4. Manholes 1, 2 & 3 will be reused for the new 5KV cables feeding the new pre-purchased W1 &W2 substations. Manhole 4 appears to be demolished after the new ductbank system is installed. Are these the only existing manholes associated with this project? Manhole 4 will be abandoned, not demolished. Note on Sheet E-4 states manhole is to be abandoned. Manholes 1, 2, 3 and 4 are the only existing manholes associated with this project. 2. Do the existing manholes 1, 2 & 3 have racks and supports for the new cables or are we required to retrofit these existing manholes to accommodate the new 5KV cables? The existing conditions within manholes 1, 2, and 3 are unknown. If the original racks are in adequate condition the Contractor may reuse. 3. The existing manholes 1, 2 & 3 are considered confined spaces and access is not permitted while power is energized. What is the permitted outage of the Wells 1, 2, 3/9 and 4 while the old cables are removed and the new cables installed? A daily outage can be arranged with the Water Treatment Plant Operations staff based upon the need for well operations. Refer to Question 24 for additional information. 4. It appears that the existing 4160 volt feeder loops are direct buried from manhole 4 to well 4 with a concrete cap atop the feeders. What size are these concrete caps (depth width and length), are they required to be removed and disposed of or can they be buried in the existing trench? 1 IF According to the record drawings for the original installation project, the concrete cap dimensions 4" depth by 24" wide, buried 12" below the finished grade and 24" above the direct buried cable. (See attached 8MGD Expansion Drawing Sheet E-43). A bare #4/0 copper ground wire is also installed below the concrete cap and every 500 feet a ground rod is driven and connected to the #4/0 bare ground. It would be highly unlikely for the Contractor to be able to comply with the duct bank detail shown on Sheet ED-1 requiring clean fill and allow the remains of the concrete cap to be buried within the same trench, so Contractor shall be required to remove and dispose of the concrete cap along the path of the new duct bank. 5. Are the existing 4160 KV feeder loops required to be excavated and removed after de- energized or can they be abandoned in place? Do these cables contain lead or PCB materials? If considered a hazardous material who will be responsible for disposal? The 4160V direct burial cable that must be removed is that which is along the current "loop" feeder route which is currently de-energized and out of service along with direct buried cables that are close to the wells and interfere with the new duct bank installation. All other direct buried cable shall be abandoned in place. The existing direct buried cables are XLPE type and do not contain lead or PCBs. 6. Who is responsible for removal and disposal of the existing transformers at the wells 1, 2, 3/9 & 4? Do these transformers contain PCB's? The existing transformers do not contain PCB's. The Contractor is responsible to remove and dispose of transformers at wells 1, 2, 3/9 and 4 as shown on the drawings and noted in specification 16000,paragraph 1.01,H. 7. Will new concrete pads be required for the new transformers at the Wells 1, 2, 3/9 & 4 or will these be installed on the existing concrete pads at each well? New concrete pads are required. Refer to Sheet S-1. 8. Are the existing well sites fenced? If so will this fencing be removed for the installation of new transformers, feeders, underground conduit ductbanks and related excavation? Who is responsible for removing the fencing and replacing it after completion? Can you provide a photo of each well site? Well sites drawings show fences, see Sheets E-14, E-15, E-16 and E-17. The Contractor is responsible to remove and replace fencing if the construction methods he employs require this. The Contractor should visit the well sites as noted in specification Section 16000, paragraph 1.01,F prior to bid submittal. 9. Do the existing well sites have a lightning protection system? The existing well sites do not have a lightning protection system, but the fences are bonded to the ground system. 10.The statement of testing and cleaning the existing 4160 volt switchboard is vague. Can you provide a thorough list of requirements for the testing and cleaning? Does the cleaning require a schedule shut down of the entire switchboard? Is re-torqueing required? Refer to specification 16350 as noted on Sheet E-5 for the requirements. 11. Is lightning protection required at the new substation W1 &W2 area? A lightning protection system is not required at the new unit substations W1 and W2. 12.The new fiber conduit and handholes are for a future fiber optic cable. Will this cable be furnished and installed under a separate contract or is it not required at this time? The specifications 2 1 1 F indicate the existing Wells are controlled by a SCADA system that is connected by fiber optic cable. Is this cable also direct buried? Will there be an issue or concern of damaging it while excavating for the new duct bank or is this system overhead? There are currently no plans to install the future fiber optic cable. The original fiber optic cable was installed as direct buried cable. Contractor will have to take care to avoid damage to this cable when installing the new duct bank. 13.Can you provide a detail of the existing electrical room and the location of the 4160 volt switchboard in relationship to the exterior wall so we'll be able provide the proper length of new 5KV cable feeding the W1 &W2 substations? The main 5kV switchgear is located within 10 feet from the exterior wall and is aligned north- south. Contractor should The Contractor should visit the site as noted in specification Section 16000, paragraph 1.01,F prior to bid submittal. 14.Are there any existing spare conduits between the main distribution board in the main electrical room and the existing manhole 3 or is it occupied by the existing feeders schedule to be replaced? There are no record drawings indicating any spare conduits in the manhole system 1, 2, 3 and 4. 15. If the manholes are filled with water who is responsible for pumping them dry? Contractor should assume the manholes are filled with water. Contractor shall be responsible to pump them out when entry is required. 16.Will the prepurchased substations W1 & W2 be shipped directly to the project site, offloaded and stored or will we be required to retrieve them form a local storage facility and set them in place including all rigging and transportation? Specification 16411 paragraph 1.05 details the Contractor's requirements for delivery, storage and handling of the pre-purchased unit substations. 17. Does the pre-purchased switch gear order come with all required coordination, short circuit and arc flash hazard studies or are these required to be provided for under this contract? Contractor is required to obtain a power system study in accordance with specification 16015. 18.Will the prepurchased substations W1 & W2 be delivered in shipping splits or as one unit? What manufacture did the county purchase? Is it possible to obtain the submittals for this equipment? Unit substations will be delivered in shipping splits and come from two different factories. Shipping may not be coordinated between the factories to allow delivery at the site on one day. Shipping sections will consist of individual HVL switches (shipped from Tennessee) and transformers (shipped from Virginia). The equipment will be manufactured by Square D. Shop drawing submittals are not yet available. Refer to Question 41 for additional information. 19.Will the substations require heaters and will they be stored in a climate controlled facility? Per specification 16411, paragraph 1.05,C, the Contractor is responsible to provide suitable weather protection for outdoor storage and hook up space heaters to prevent condensation. 20.Will the Owner purchase all warranty's, training, startup and testing of the prepurchased equipment? Warranty, training, startup and testing is included in the pre- purchase specification 16410 which is included in the Contractor's bid package for reference. Contractor has certain responsibilities associated with this as noted in specification 16411. 3 21.Can you add the location of the substation W1 & W2 pad equipment and EMH-W1 / HH- A in relationship to the site plan? The substation W1 &W2 is only shown in a detail and the distances are approximate. Sheet E-12 shows the WTP site plan to scale and locates existing EHM-3. Sheet E-13 shows the new unit substations in relation to EHM-3 and is to scale also. Contractor should be able to scale drawings to determine distances. 22. Does the County really want a 40-year warranty on the cable? If so, which manufacturer will provide it? All manufacturers of medium voltage cable will provide a 20- year warranty as standard. A 40- year warranty is a standard option for these manufacturers.A 40-year warranty is desired. 23.How is EMH-4 (existing manhole in City Gate Blvd)to be abandoned? The existing 5 kV cable heading back to the plant is to be removed. The existing direct buried 5 kV cable heading to the well field is to be cut flush with the manhole conduit entrance. Debris should be removed from manhole and the manhole will be left in place. No other work such as back filling is required. 24. How is the Contractor to perform work on the loop cable in EMH-1? EMH-1 contains radial and loop cables. Confirm the loop cable is de-energized and the radial cable is energized. Who is responsible for de-energizing the radial cable and switching activities? As noted on Sheets E-2 and E-3, the radial cable currently feeds the active wells and the loop cable is de-energized. Any manhole that contains energized cables that the Contractor needs to enter in order to perform work will require all the cables passing through the manhole to be de- energized while Contractor personnel are working in the manhole. It is anticipated that this can be done on a daily outage basis as work in the manhole would consist of pulling, fire- taping or splicing cables which would be for a limited period of time. Each shutdown would be coordinated with the Water Treatment Plant Operations staff. The Contractor shall be responsible for switching, racking, and grounding any circuit requiring this type of shutdown. Contractor will need to comply with OSHA lockout / tagout. The extent of additional safety measures such as grounding outgoing cables or racking out breakers to provide an additional air gap vs. locking out the breaker while in the connected position will be up to the Contractor and his own safety program. This also applies to the maintenance testing of the main switchgear as noted in specification Section 16350. 25.What are the specific compaction testing requirements? Specification Section 02200 has been revised to clarify the required compaction testing. The revised Section 02200 is included in this Addendum. 26.What type of metal are the plates for the unit substation on Sheet S-1 to be? Stainless steel.Addendum will be issued to confirm. 27. Is the leak testing described in Section 02605 paragraph 3.02 required? No. Addendum will be issued to delete paragraph 3.02 in its entirety and renumber the following paragraph for conformed specifications. 28.What are the permits and associated fees anticipated for the project? The Contractor shall obtain any and all permits and licenses required to complete the project. The Contractor shall be responsible for all permit fees, except those for Collier County permits, which Collier County will pay directly. The following is a list of permits that may be required for the project. This list may not be exhaustive and the Contractor is not relieved of the responsibility of identifying and obtaining all necessary permits: 4 J F 1 Collier County- Electrical Permit Collier County -Structural Permit Collier County-Right of Way Permit South Florida Water Management District - Water Use Permit for Dewatering Florida Department of Environmental Protection-Storm water Pollution Florida Department of Environmental Protection - Generic Permit for the Discharge of Produced Groundwater from any Non-Contaminated Site Activity 29. Do you want to include any spare conduits for the 15 kV cables out at the well sites? No additional(spare)conduit is required. 30. Does the awarded firm have to be a General Contractor? Yes. 31. How much of the work is structural vs. electrical? The cost to install the underground ductbank system is estimated to be approximately 45% of the total project cost. The structural cost to install the structural pads is a negligible percentage of the total project cost. 32. Is there a soil boring report, geological report, or water table reports available for the proposed ductbank routes? A geotechnical report was not prepared for this project. 33. Drawing S-1 note has note that pipes must be pressure tested before encasing. Does this apply to the conduits? The conduits are not considered pipes, so this note does not apply. See Addendum attachment. 34.On Sheet ED-1, where does the direct burial conduit detail apply? This app lies to the 480V work at the wells. 35.On Sheet ED-1, the duct bank details shows six (6) 5-inch conduits. How does this detail apply as the callout on Sheet E-5 says 3-1/2" conduit. Which is correct? The details represent the typical construction requirements showing the spacing, reinforcing and tie wires of a concrete encased duct bank. The actual number and size conduits are shown on the section cuts on the plan drawings. 36. On Sheet E-12 it appears new conduit is intended to run across the berm from a pad just northwest of EMH-3. In reviewing the CAD drawing, that pad is actually associated with well No. 13, which is called out and is actually southwest of EMH-13 as shown on Sheet E-13. That line running along the west side of the berm on Sheet E-12 is an existing water pipe and not a new duct bank. Per Note 1 on Sheet E-12, it would be the intention to pull out the existing cable in the duct bank that runs between EMH- 3 and EMH-4, break into the duct bank system and reuse as much of the duct bank as feasible for the 15 kV circuits leaving the new unit substations. 37.Will directional boring in the well field be acceptable instead of open trenching? Directional boring does not provide concrete encasement of conduits and therefore lacks the desired level of protection of the 15 kV system conduits. Directional boring in the well field will not be allowed. 38. Can the County provide control points for the required survey? 5 The Contractor's surveyor will be responsible for establishing control on site. hF 39.What training (with video) is required?What equipment? The only training required is associated with the new unit substations. The Contractor shall be present during the training in accordance with specification Section 16411. 40. In specification 01730 paragraph 3.03 many vendors will not allow videotaping of their training sessions without the cooperation of the Owner in signing a release. Will the Owner be willing to sign a video release for this purpose? CDM Smith Response: Any release that would be required by the vendor would need to be reviewed and approved by the Collier County Attorney's Office. 41.What information is available on the pre-purchased substation? (Manufacturer, submittal information, delivery schedule, training, spares and startup) Please provide a weight? Manufacturer is Square D. Order has not yet been placed by the County. Submittal drawings for approval will be 3-4 weeks after the order is placed. Shipment will be approximately 14 weeks after submittal drawings are approved. Estimated enclosure size and weight of HVL Switch: 94"H x 38"W x 60"D, 1300 lbs. estimated enclosure size and weight of transformer: 94"H x 96"W x 66"D, 11,900 lbs. Refer to specification 16410 for training, spares and startup. 42.What is the ampacity/current on the#2 AWG wire for the 15 kV circuit? The ampacity of the 15 kV #2 AWG cable is 165 amps (in ductbank). The actual load current will be less than 20 amps if all wells are switched on one 15 kV circuit. 43.What are the requirements for concrete testing? Refer to Sheet S-1. 44.Are the plates shown for the concrete pad for the substations on Sheet S-1 provided with the substations? No, the Contractor is required to provide these plates. 45. Is Lindsay Precast an acceptable supplier for the precast manholes and handholes? Yes. 46.What is the cost from the County for the security badges required of each employee? The fee for the security badges is $40.50 per employee and must be paid with exact change, check or money order. The address for Facilities Management is provided below: Collier County Facilities Management 3335 Tamiami Trail East, Suite 101 Naples, FL 34112-5356 47. Please provide the minimum dimensions for the electrical manholes (EMH) and the fiber optic handholes (HH)? Minimum dimensions are shown on the details on Sheet ED-1. EMH minimum inside dimensions 6' x 6'x 6. HH minimum inside dimensions 24"x 24"x 24". 48. Note 3 on Sheet E-13 refers to a structural drawing. Please provide this drawing. Note 3 refers to Sheet S-1 which is included in the Bid Package. Note 3 will be clarified in Addendum attachment- refer to the plates on Sheet S-1 rather than l-beams. 6 hF 49. Referring to the concrete encased buried conduit detail on Sheet ED-1. To follow this detail we will have to over excavate and place a layer of gravel then form each side of the ductbank. Then forms have to be pulled and additional gravel added. Would it be possible to allow just a bottom layer of gravel and use the side walls of the excavation to act as forms? This will be cheaper and faster. No. The Contractor is to comply with the detail on Sheet ED-I. The exact means and methods for excavation, conduit installation and backfill are up to the Contractor. 50. Can you clarify where the reinforcement will be required in the concrete ductbank? If the ductbank is installed adjacent to the dirt service road, will rebar be required along the entire length?At what distance from the road will rebar not be required? In reviewing the potential issues associated with traffic and the dirt service road that is somewhat undefined, reinforcement shall be required along the entire path of the wellfield. See Addendum attachment 51. Can you please provide a recent survey that shows the easement locations? Collier County will provide a stable electronic file of the resource recovery park survey with existing easements mapped thereon. A copy of the survey in PDF format is included See Addendum attachment. 52. Can you please advise what will be required for environmental permits for dewatering and excavating? The Contractor is required to determine the means and methods for constructing the project under the applicable laws and within the requirements of the specifications. The Contractor is responsible to determine the required permits. See also the response to Question 28. 53.Who is the contact person, and what is the procedure for arranging another site visit? Please contact Brenda Brilhart of the Purchasing Department to schedule a site visit. 54. Section 16121 does not specify the jacket material for the Medium Voltage Cable. PVC, CPE, or? Jacket will be PVC. Additional paragraph will be added to Section 16121 See Addendum attachment. 55.Will dead-front primary transformers with load-break elbows be acceptable in place of the live- front transformers? Our understanding is that Cooper does not make a live- front transformer. Dead-front and load-break elbows (200A) would be an acceptable alternate. 56. Is it mandatory that the duct bank be formed and set in compacted rock or can it be trenched and poured in place without forming? The desired result is a concrete encased duct bank. The means and methods to achieve this result are up to the Contractor. 57. Is the Contractor required to compete and submit the "Power System Study" or is the County Electrical Engineer going to complete the study? This is the Contractor's responsibility; refer to previous Question 17. 58. Is there a one line Diagram of the existing SUS-1 for inclusion in the Power Study? Drawing E-19 of the original 8 MGD expansion is included for reference. This one line may not be up to date. Per Section 16015, paragraphs 1.01,1 and 1.01,J it is the Contractor's responsibility to obtain all required information. Additional one lines of the 8 MGD expansion project may be provided upon request. 7 I 1 F «` 59. For the MV Cable would the FOR preference be CPE Insulation over PVC? Refer to Question 54. 60. Regarding the pad mounted transformers. On drawing E-7 there are secondary circuit breakers shown, which will not be provided by the manufacturer of these pad mounted transformers. We will be having them supply a deeper cabinet for these circuit breakers to be field installed. The cabinet construction will be 304L stainless steel the secondary breakers will be provided enclosed to mount in the secondary compartment of each transformer. My question is these will be provided per specification section 16191 2.01 A.which paragraph 5. this state's enclosures for these to be Nema 4X SS gasketed. Since these will be installed in the pad mounted SS secondary compartment can these be supplied as Nema 1? Also per the same specification section 16191 2.01 C. they state to provide SPD's for enclosed circuit breakers. My question is will SPD be required for these breakers? Also will the enclosures be required as Nema 4X or can they be provided as Nema 1? The secondary breaker at the pad mounted transformer, when installed within the transformer's weatherproof enclosure, may be channel mounted without an enclosure as long as it has padlocking hardware provisions. As this breaker is called out in Section 16431, paragraph 2.04,A,8 it does not need to comply with the enclosure called for in Section 16191. The paragraphs in Section 16191 for enclosed circuit breaker and SPD were intended to apply if we had to replace the existing secondary breakers currently mounted on the side of the existing transformers. During design we determined we could re locate those enclosed breakers and not have to provide new, but left the specification in place in case we need to replace them during construction. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Alicia Abbott, Project Manager Encs: 8 11F 0 0 I I I I I I I I C) C 0 ) 0 CO Q o 0 H O O� N- o Q ea EA F- W 0 ILIJ V °o O a c 0 Z Ce n 0 w U - a o CD m J v Z J w J w J J W W °a I- -. ~ 0 CD N m i Q — '0 -00 = a c c Q o .m0 °o o U E 0 cco ° o `� a m `° as to �' (� c o (0 m ° 0 a a t , c° 0 0 a� o N 0 � a -m �oy @gE 'E .5,..,: � 2 � .� m E m CD d V .a m o c g c -mQ v> >+ o .o .Q a"i c a m m m aci o .0 E N � . a• w -c wtic cam :° Eocoz U) EEcmi ° 0 °- icy ° � mo to 0 m C) °3 .o °_ c 0 m a) 0 O = o a o m o cc° 0 Q.b �' U 0 •— f6 U 8 mrnU O � ,� a0i •a Ea`' U °Q �, 3 c @ ° `-° �° r0 0 0 a 0 m 0 w o m C . C m ° C `° - a o m •0 "'� o c E o. V 0 a3 m a " CO m Y E' Q.c' N I- O a 0 c c a 0 0 v, :_ E a c" 5 0 m - ` c ° (0 O cco v3 0 ° E r m m N o ._ o c UU m a E 'G L = o o A° o .N U > m E a _0 0 0. 0 CO m N o N a to 1.0 ° E c) w m 0 0 .., o c 0 LL - E 0 0 0 n a o m c m O — c 0 'm 0 E _ U (� 0 a 0 13 N LL a ° = m rn o Q N m o m o — a 0 m CO m 0 O l� o w � -p 0 --S. E m aa) , c - 3 CO c p c m 0 N c E 3 0 E -. iF O L ° �' L c °? aci aa? h i U° h s Q o E OU 0 c m c > m - -° a .a 0 (n ° % m`c_ ° f0 cZ yc 'aE _ = zc a`� mao 'O- >+� ma°' ami EEa�i0 U) N @ O i a � i m m n W �° " a ac' a a c � .� W '20 .mc -ail U 0 0 O ( o o E m 0 c c o D o m a 0 ; U) 0 0 �- c �, 0 a O C 2 o C Y - a " h Q 4 0 32 0 0 0 'o c o ` N c c a O CO y as CO caaw a°i aa' �' 0 E - = o '° N mEQ ) 0`4. 2 c •0Zoc (0 V .) aEi V E N m aci E t o0 -_ >� a 0 m a) t .• m m m a ,- 0 c., f4 0,k Q'= C +, +r m = o m CO a 3 > c a m U) 0 o a = = Q m O c°) c 3 O m 0 W, `. C .0 C m 4 ' o c �, m ti C7 >, a c m y 0 C '33 a !e- . c x c (� w c0 N p * 0 m o = m a =' m •c Ow � E N `-c° C R - aai O a0i O o E a C c a �? ti w s o m a .r c ° � o.4- m V c o c W m ° E o Q (0 0 3 . F-- c v, € o N co <a ,i (0 _a m m O.4:.:; o 8z z E E a a m c ' .c c .a c o °' 0 a> a� — N cy) ,E, o •9 a) E 0 � • 2 ' O c.••c. a O =' E � =' O 90 N 2 � aa� at c c`° . O) 'aE .2, r, 4_ a' cEa 0 .... - cN r' a' cU —E-Ea, c .am - n O0 to ° o c - x E �ao)k ti c 0 � E - U o m 7'=' LL m m a cmi v = ° Z m Y c c m i (o •° a 0 O o 0 O =' 0 m Z >,(1) U ya °a E c o ° "a 0 OU m N E m a0i a O - d C) c E a O 0 �° E a co c ,. L w L C m O 0 . N U) c N 'O - C cco v 0 ..°o a `m ) m ` may. m — L. a' c 0 0 m 0 ° 00., c c m O) C -m 0 °, V =° a N- 0 3 -p m CO a 3 O > E C , t (0 (0 N c (0 O `o a> 4— = c 0 4-- - c 0 0 v, C c o d - 0 0 0 0 0 •c �, _c a m °' O •0 E 0 O m E CO O m (0 •o `n °f > --mc „°o_ O 0 = .3 a C O c c O c m m o 0 0 c �c = m m raj m ` 0 -p ` O �_ LL .o o C m 0 C v- y 0 c o ar C c �� c� Y E o V m 4 o � > L mE > � cE p ESN p oO % 00 � . E 0 a� M .a•,' ` o CO coa Q ct N Cl) -, s- �, a) •o CO c (0 0 0 CO 4 ; 0 o - E 0 a� y 0 a C) 0 U m N •a — c Y m Z = Q E 0 n — c m 2 = Q c o v- O g a s. E 0 +`., m c Et co 'v a _0 "c - c U =c O o E a a) m g (-0 O 0 E E o ° C) .c m I' Q0o O N @U N X _ _, to 9 . co Ecaaicn Xa , � N 'Ea 'ayi Na , aOi N m000 � c CO E a N w m c 0 0 0 v Q C N •E h h o a 3 Z .o o W E a U E 2- O) as W — N () LC) CO ti co O) H 7+G1}'' County Email: BrendaBrilhart @colliergov.net 11F Telephone: (239) 252-8446 kininistabve Services sion FAX: (239) 252-6697 Purchasing ADDENDUM #2 Memorandum Date: April 15, 2014 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 — 14-6270 South RO Wellfield Voltage Cable Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this solicitation has been extended until 2:30 pm April 28, 2014 If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Alicia Abbott, Project Manager 1 f . 7 " County Email: BrendaBrilhart@colliergov.net flF Telephone: (239) 252-8446 AdministaWe Services Dvision FAX: (239) 252-6697 Purchasing ADDENDUM #1 Memorandum Date: March 27, 2014 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 — 14-6270 South RO Wellfield Voltage Cable Replacement The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CLARIFICATION: Provide the following in the bid submittal. 1.15 QUALIFICATION A. The Contractor shall have regularly engaged in the installation of medium voltage systems for a minimum period of ten (10) years. Provide with bid submittal a list of installations with similar equipment demonstrating compliance with this requirement. B. Requires a field superintendent who has had a minimum of ten (10) years previous successful experience on medium voltage projects of comparable size and complexity. Superintendent shall be present at all times that work under this Division is being installed or affected. A resume of the Superintendent's experience shall be submitted with the bid package. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Alicia Abbott, Project Manager 1 hF1 TABLE OF CONTENTS PUBLIC NOTICE 3 PART B - INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 14 BID SCHEDULE 15 MATERIAL MANUFACTURERS 16 LIST OF MAJOR SUBCONTRACTORS 17 STATEMENT OF EXPERIENCE OF BIDDER 18 TRENCH SAFETY ACT 19 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS 20 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 21 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W- 9 22 BID BOND 26 BIDDERS CHECK LIST 28 CONSTRUCTION AGREEMENT 29 EXHIBIT A: PUBLIC PAYMENT BOND 36 EXHIBIT A: PUBLIC PERFORMANCE BOND 39 EXHIBIT B: INSURANCE REQUIREMENTS 42 INSURANCE AND BONDING REQUIREMENTS 44 EXHIBIT C:RELEASE AND AFFIDAVIT FORM 46 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 47 EXHIBIT E: CHANGE ORDER 51 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 53 EXHIBIT G: FINAL PAYMENT CHECKLIST 55 EXHIBIT H: GENERAL TERMS AND CONDITIONS 56 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 86 EXHIBIT J: TECHNICAL SPECIFICATIONS 87 EXHIBIT K: PERMITS 88 EXHIBIT L: STANDARD DETAILS 89 EXHIBIT M: PLANS AND SPECIFICATIONS 90 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 91 2 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F 1 County 'ni `Services"ion Purchasing PUBLIC NOTICE INVITATION TO BID COLLIER COUNTY, FLORIDA South RO Wellfield Voltage Cable Replacement COUNTY BID NO. 14-6270 Separate sealed bids for the construction of South RO Wellfield Voltage Cable Replacement, addressed to Ms. Joanne Markiewicz, Director, Procurement Services, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 21st day of April 2014, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non-mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, at 2:00 p.m. LOCAL TIME on the 9th day of April 2014, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. All Bidders shall submit all questions via the OnLine Bidding System located at colliergov.net\bid. All questions will be answered in the OnLine Bidding System. The Engineer's Estimate for this project is $1.7 million dollars. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, South RO Wellfield Voltage Cable Replacement, Bid No. 14-6270 and Bid Date of April 21, 2014. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashier's check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract 3 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either be executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within three hundred (300) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 19th day of March 2014. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/Joanne Markiewicz Director, Procurement Services 4 ITB 14-6270 S RO Wellfield Voltage Cable Replacement PART B -INSTRUCTIONS TO BIDDERS 11F Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 14 - 28 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. 5 ITB 14-6270 S RO Wellfield Voltage Cable Replacement � Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred and twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred and twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 6 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; 7 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 1 1F b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 8 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner's then current purchasing ordinance. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a purchasing professional of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current purchasing ordinance. A copy of the purchasing ordinance is available at http://www.colliergov.net/Index.aspx?page=762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.5 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response 9 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 1 iF shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an 10 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F offer that fully matches the lowest bid, less one (1) dollar, from the lowest non- local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 2013.69, 11 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any 12 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 13 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA South RO Wellfield Voltage Cable Replacement BID NO. 14-6270 Full Name of Bidder Quality Enterprises USA, Inc. Main Business Address 3894 Mannix Drive, Suite 216, Naples, FL 34114-54Q6 Place of Business Same Telephone No. 239-435-7200 Fax No. 239-435-7202 State Contractor's License # CBCA57231, CUC057398 State of Florida Certificate of Authority Document Number F95000002550 Federal Tax Identification Number 54-0947002 DUNS # 050997386 CCR# N/A Cage Code OXMZ7 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications, including Addenda issued thereto and acknowledges receipt below: Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 14 ITS 14-6270 S RO Wellfleld Voltage Cable Replacement hF BID SCHEDULE South RO Wellfield Voltage Cable Replacement Bid No. 14-6270 Bid Schedule Provided in Separate File 15 ITB 14-6270 S RO Wellfield Voltage Cable Replacement . . 0 0 CD "at 0, 0, co . JF ,, u CD T"... 0 0 NI' (N "4' C. co 00 1.0 0) ,:t. c; CC) •■•-• CN 0) 2 -t N.. .cr Lc, Lo co cn co co a 0) o ‹C ° 0 - LO CO N. (..0 CO V' Q 0 CO Co (N Cr) Co CO (r) _ .1.-# o N- LN 01 (C) co Nt. .-- co _c 0.0 I- -,- CD W.... .. •- 1* CC V* (A- V/ VI a) tft (0 <O. te 0> 63 di- te c fe, .- .. , III 1.13 0) 0 TO 0 ".., LN 0) (N N. W (..) .... w 1.0 En ci o W ,_,I.-- Lo o) co Nt• cc) co co 0 -J 0. N- 0 C) N- C) -- (N LC) U") CV Co) g CO LO to CD - Ce v-- oht co Nt. r- co N-• e) N. 0 {NJ CO Cr) CV) CN CO Ct a. ix 2 ' Nr CO LO C> M V- 0 LL. Ili 0 v CN 1 (N -- ... a C o. o CD al I-- 2 -.1 (3 ....,- V) < v) < v) u) < < .....- -J 4 co .... W .I U.J -1 -.I UJ L.U •..K., r"" 0 I"" ix0 .... ..,. 01 ..C13 41 0 Z r•-■ -.5 16 2 z 8 MIMI 13 e ti C A t. 'C "II .' 13 C OS oi c 0 c a) co E o a> in - zt.. .... vi .... -ra la co 704 0 E (/) ,...Q3 0 z .?), FL? (0 ■-• .,... "... -...r . 0 ,...^ to 0 C3) .2 45,.-:- 4, ...O. O. 01 .O. .0 r." -4., 0 ..-.. a> z 41). 03 (b •(:) •C N CI) = ..0 4 t vi 2 0 . CO .4 !.- 0 "•t• t ......, (..) ,- 1• :4.7-■,„. 42 e. > CO -0 co i_a3 E 0 c CN1 Ts •,-5 c ..... a 500 .2 .- Ea 0 . .0 . ...■ Z et -0 42 -5 .,.5 ... ...,-.. ..-' s. E . ..,:..- 13 2, s.- (D.. & &') 0'.4 E .0E a•.--,,...N g g. ..,,,,,, ..g 1-, -0 m ‘. g3 ad Cl5 c C ...i a Ci) ,-.. al ,,,, 4) E. ' E tt "•• 0 ''.' .•-= '' 2 Z (,) 0 0 ts % 0 o as 0 > (1.195 0 0 A° .0,1*Q",, 0' ?.. ,.. a .-2 -Q0 76, ,,.. .L.-. 4) . ,.. 0 E 13, u... .... , .... 0 V t....... z 0 E 4-, 00 -E.' .0 0 ID (I) 1-1- a) .... „, Ct (Ni 0 :S. 0 E,9., t> 4-.. .6 :-"s. " .i..) ;i3 z <0 . .2 - .. Q co - Lc) 0 - .4. -a ..,ft co .q. 4 ; -,-„ „,,,C 13 z E o -t 0 r.) -T) ,... R 3 S2 E c.) 0 0 1 -.... 0 ...- z o,'•-• Z i 5 ..,....- a Nte Z , L- ....., .- S.- C Z2 (4 $.: 0) A 1 L) 0 C 2r■ "`"-. 0 Ci) CO 0 Ci) 4.-° n.-- Z 4--° 0-' -0 F.. I- tn CD 2 -u; cp ,- -., ,-,) 1-: •--.--.. - 2 UJ E e a C 2, 8 45 -.-c •.'- ,;... co - -o ,- : 0 ..... ,. (,) a) 2 . .2 zo AI $ _ o, c0 E 0 C (/) 10 0 T.. u"), a) cc - 0 - .0 c 2 0 c .. - 0. - 2 's c ,..., lz,.. *G(:, t4. 0 ..0 - ,,, c04 .., Q.z cr z -,3 ,„ e .-.. I:, 4 - 0 - 0 co .... Lt - to E 1, e.,) t Le ig • CC cC = cu cn 4, va co z _,... ,i, - z , ,z ;2. E .. 0 0 :"..-..-: . 0 .0 C z _ a) 4- 0'0, E - -- v) 0 T.S (7) 7,'" (1) co . a 'ro 8 :.'`. -c, 'Q 0 a) ‘'..-. .2 :.-. co 7,ru 0 *5 II 8 ca 0, a: >_, . - to a -.--, 1.2 LD LD 0:1 as ta I, F„ ca as 1/5 a) 10 't 1". 4 L.) 8 17:: ,g. 0 cb Y . cn 0 cL 0 0 ..„. ,.. rf, z-- „0 0 ....• ..... ..... .0 0 0 C CO tS is as us_ .2,3, 6 i, e di.c 13 ,,.... CO ,..). .ti ECNIZ C .-. '• ...u„..•_•••:; 0 •^■••• 4... ..... TS E 13 C u i a 2 ..-- = E se 0 -G 4- -`e' - E ,-- 0 co v. --s• E • (xi ,... -. 113 _ L- .- , e 0 0 0 0 0. t CO 92 3 •-1..- 0 . tn E 4.. . - (..) .. e.-. E - 0 a> -o to) .F. t 0 E .0 cr) c o .... '.4 4) E ,." a (1) = 0 t 4-it 0 0-.0 C .- 2 .e ,, c .e. zcf-0 .-_ L- 0 .20 . ',„'"---- cs ..., 0 .C. CD(,) o 0 4' 41 cz't: 0 '''.E t 0 -{0.. E -- - o . .-. z 0 iz a) 1:, . .2 -. --, , -.3 -r,, R. E ...,S. 'E as° 0 ..-,, 1 t1'to- !).1 cc .4...c cC8.,...eL 1.: '.1 El C' a. 0 . - c.) -,.:- T. 4 0 (0 6-A JO o .0 4., •- Lo (.5 = - E u. e g = :''', 2 7,.5 .%L. z E' > .....- 2 0 a= c - , E -- 0 Z 0 . a) >,6 a c\I ,--; . co ,z3 , c..,:, 0-0 g. --v .9 .„..... - 11 -.13 -2 .2 61,,,° '.4' -_,, .11( -FD 0 ..c - a. .2). c -0 (c. 4 .-„, t,-- ,-- co • o ',9, ..cs ... c 0 -2. G ,-• e. -E -,T, c cr) mc as - ,'-' 0 4- 44.- 14.... =...-' Z 4••• ix) .,("a '5 C E .2 a CI- Tr; t C 8 OE ',.....C1. • ..,... CD 0 IL( C .'" 4,(It! LC) 0 .2 ks 0 0 ?.. ct, 0 -ii. a 03 *.--; ,..ca --", .0 o 0 0 '-§ C 0 2rou_ 8 a 0 '- 0 st LL.13 ■ L- c) > 03 --- 0> .... '',''cj C 4 L), § 1 C •2 % .0'- - C t 0Z Ct *1 C E .'41 C s..V..'- E ,C.2, - 0 C L tr .0 2.-..... _ _c) CU re ''""" L i m, 0 'Et 1 4 1 N t i o O E O 00 om 12 c 0 ....C 0 C.) c6 LI 0 w -0 ,0+1 ,22 _ 07R ' c,„ c 0 E 47..... . 0 0 IP ...,-. e ..-.3 .4..." - '-- E F-1 0. 0 ,...,......; -... C E L L) 0 c,•:•5 • < CO Q. N ,- a) _ ,- ...- 0 ,.._. i_ }... 0 0 Q) S2, •-, 0 0 c..3 4."( .2. .... 4-' 0 -0 c .4"' C.) -0 0) -P. z 0 r.:.' 0 C. AA 0 .' < CO Z l.- 0 L. X L-. 0 (1) Z -- l' (1) E C C 4 U.4 X ••••, C $: (I) 4- T.) ra (1) 0 a w ... 0 (-5 „ .. ,..., tu 220:1McDZ -z rg2c/ c ° 8 ' cc a) 2 -za022. 1Z2Q5[-Li ? -Eor• - .-- G., G., G- •_. 0 a_ a_ ,75 1.13 N-- N CI 'ar (C) CO N. CC) 0) ,CC m a 11F LO M N LO co N O Cn N O O HI- N O J CO .- CO CO CO CO Lo Q CO_ CO N cr ti on CO LC) Ce 3 69- 0 69- U. LLI U C CI d m Ca = J W J W J J W W 06 O Q. d °d G o (0 U 0 G U m - t •- t 3 " V O c .C2 .G ;ro p G U , mo. L . 0 G . E o ' Eo,C n E ` " m m m 0 .a y - w a) U -ai . c m c U N E v w ' c 0 . H E y I-- o tiU v a) 3 m 1.a -m � E co 0, y m , m 03 CV 0 .a E " m o o o c .a N A y Q .o a y a as y t y p a HI a a L G • -2 N E o u o m " U m o o c � , °-' o , o m ai U ` m h m m 0 C o � if, m o m r CO -a G CO w y a,zi, li_ m E ° (3 o ` � � L O a ' G a o'• cu 0 m _ 0- .0 � a a a m m E a 0 -- C m o, C y U� o O LO a m " a _ a V y r y — 0 E m^ �' . .a := o f = a � G c c CO G L C o 'a m o E m m � y m m g a ri Ng a '" o1 co ? m G • o a v NU c c a E a) as A o " 0 U E. " E a .o o a � m m m *0- co O g m " . m � o LL o ? a 1 m co C 0 Oo m - ` U a, n 89 N LL s co 3 ,, y m ° 'O a) o °' 0 : � a nL 'G o N a c _ .c ` U • .- y O y > -..o 0 a) a' a N a) d' -0 E E 2 a > m Q o E y ° . - O m n 2 ' E — Z .a) L V Q L C = Co m a a C.) y U G 3 m% a O as Z y e 3 Q -1- e E U) y ` � a g h a E a- o oz 0 W h 1 m -a ai `m O Ot,Cl) a a U i 'a0 1-;-) c 2 c o ` .-z- c42 a o dr 0. a) a _ �'- o o a m E a to c o y a m w c Q C m C Y a _ " O .'o a 0u = ' 0 =V CU CU CCS - w G g- a m '+' _ E " .2m E n N o U a W h C E C CV m G E p •° c = m — 9 E C -- o a) .4 c -3 > a ) Q ifl ! HU C a,0 a w...0 0 " a c a i m 3 0 3 v cW ... • " C .2 ,....0. m = ia ? n oo C) m .- c O a ci C O - y O (/) O -z o a v G C t m E N 0 C � a m O o V io () to c m 2 c m U = N 0 a a -ri cc a Q c Q o m 3 Ea C Gay L ll m h ..- O m ` om ... cN- � o C .G £ N L E. _- i JD . m O U 3 m m o _a E y c CO m 3 E F- m W " o N a a, i a) c ; c E - G t G E a, o E • a) E N = a _c as a .. C '_ m .c o O .' G cq c--) u � >• o .2 o U � m .. y , O � 9_ O " E y y a) y N ,N) a a, a' m c m ' E � .L.7. a E � V - G ' U a^ —C .nm " W 4 Os 4..0 U L CO aS .C] 2 .0 }a CL • ato .• 0 " m O m � 0 2 0 3 CU �U a N , m C m rz m CD 0 C m E " C ( � E 2n - • U c EO• O ai _ a i s F. . .. a•N m N m " cc ,-- 0000E.12 M w m = m Lc ca r.- a, c Cm m " ' m o C CA c " � " D t O a a ° 3 ^ "3 "o m a O a En cat CB -p a B o a4- m c ai `— Ln ( " C g y 0j d m 6 C 0° aE p a.o 03 C - RI in , O c Ea O E O C .c o c3 a iii p O cO G m m e c M o m O 03 • C u C o y m C C p N Z C c e N Y V act m o O m G O o U O '-- m o• Cn E o N ` c 'm Q CO N 4m E c n N e .r m e 0 c w G 0 m a " e. 0 ..-, G E 0 CO h a ° ,V a ,9 U m N _ = Y = Z = 1 0-a = N " m = c a m = Q;a o o p 8 3 N- ..c E ` m = ¢v .i .. m G 4 U 3 w E E a � c, a z y Q m O 2 2 m E a 2 C) ? -0 c m S co c 8 ooh C a) c y y 0 a a 3 Z .o L- y W E • O E 2 C)J as 2 W r- N CO cr In CO I` 00 O) F hF MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Quality Enterprises USA, Inc. Signature:_ f Date: 5/8/14 Louis J. Gaudio, Vice President Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: _ Signature: Date: 16 ITB 14-6270 S RO wellfleld Voltage Cable Replacement 11F LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified" (as defined in Ordinance 2013-69 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Subcontractor and Address Work 1. Electrical Simmonds Electrical of Naples, Inc., Bonita Springs, FL. 2. Mechanical 3. Plumbing 4. Site Work 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: Quality Enterprises USA, Inc. Signature: Date: 5/8/14 Louis J. Gaudio, Vice President 17 ITB 14-6270 S RO Wellfleld Voltage Cable Replacement hf STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference 1. High Service Pump Station Mike Daniel Marco Island, Florida City of Marco Island 239-825-9554 2. Bayview Park Phase II & III Clint Perryman Naples, Florida Collier County Coastal Zone Mgmt. 239-252-4245 3. Marriott Electrical Switchgear Room Will Snead Marco Island, Florida John Hardy Group 404-808-0795 4. 5. 6. Dated 5/8/14 Quality Enterprises USA, Inc. Bidder BY: C _ Louis J. Gaudio, Vice President 18 ITS 14.6270 S RO Wellfield Voltage Cable Replacement . 1 TRENCH SAFETY ACT 1 IF Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) (LF,SY) 1. Slope LF 6,000 $ 3.00 $ 18,000.00 2. 3. 4. 5. TOTAL $ 18,000.00 Failure to complete the above may result in the Bid being declared non-responsive. Dated 5/8/14 Quality Enterprises USA, Inc. Bidder BY: �- Louis J. Gaudio, Vice President 19 ITB 14-6270 S RO Wellfield Voltage Cable Replacement lIF Carer County Administrative Services Division Purchasing AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS Solicitation #14-6270: South RO Wellfield Voltage Cable Replacement (CHECK APPROPRIATE BOXES BELOW) State of Florida(Select County if Vendor is described as a Local Business ® Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the purchasing ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in the Collier County purchasing ordinance; Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section.A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Vendor must complete the following information: Year Business Established in X Collier County or ❑ Lee County: 1994 Number of Employees (Including Owner(s) or Corporate Officers): 111 Number of Employees Living in ® Collier County or❑ Lee (Including Owner(s)or Corporate Officers): 28 If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Company Name: Quality Enterprises USA, Inc. _ Date: i/R/14 Collier or Lee County Address: 3894 Mannix Drive, Suite 216, Naples, FL 34114-5406 Signature: Title: Vice President Louis J. Gaudio STATE OF FLORIDA © COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public,for the above State and County, on this 8th Day of May � L �1/20 14 Notary Public My Commission Expires: 2/11/18 ( MARCIELCOHEN td,N, MY COMMISSION#FF 070688 EXPIRES:February 11,2018 " laondod lTru Nttay Publb lindewrhers AFFIX OFFICIAL SEAL) 20 ITS 14-6270 S RO Wellfleld Voltage Cable Replacement hF ColLiBIty Administrative Smirks UNlsicn Purchasing Immigration Law Affidavit Certification Solicitation: 14-6270 South RO Wellfield Voltage Cable Replacement This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP) submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor I Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Quality Enterprises USA, Inc, Print Name Louis J. Gaudio Title Vice President Signature Date 5/8/14 State of Florida County of Collier The foregoing instrument was signed and acknowledged before me this 8th day of May , 20 14, by Louis J. Gaudio who has produced N/A - Known as identification. (Print or Type Name) (Type of Identification and Number) Notary Public-Signature % % L COHF.N Marcie L. Cohen I ,'�'��' . MARIE *; x; MY COMMISSION#FF 070888 Printed Name of Notary Public EXPIRES:February 11,2018 4t,i i;; Bonded The Notary Pudic Underwriters FF 070688 2/11/18 Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 21 1TB 14-6270 S RO Wellfield Voltage Cable Replacement . 1 , EmployerWizard Page 1 of 1 ,,•••"m**, „tel'I,e_s, NEI**' I Mt ,..., i6 r- -; stipAN. Weiermin tl000 11) LAO Login Employment Eligibility Verification EILEEN LITTLETON ELITaria 1 10.23 AM-131191010 Log Out tiTIAM;70',::•-' ;: -;::. • 90=ii,:::i•;MI,;1:;?iiiii.' ;: .,::.'-zgit?ll-:7:4';'t:W';::tVt;::lrt-4iag:;''.,',.'.E1.ig'ala't=;a:,ita'Iat;t'.Takli:z,:;,'6=lf4-Wa:'KqlaWiUiakfatltaktlianfks,WietM Home Company information My C.os New Case I I View Cases i Company Name; DUALITY ENTERPRISES USA,INC My Praise I Company ID Number: 234219 Edit Profile Doing Business As( BA) Change Password Name: I DUNS Number; I Change Security Questions fity Company Physical Location; Mailing Address: I •Edit Company Profile Address 1: 208 T1NTERN CI Address 1: Add New Deer Address 2: Address 2; 1 View Exisiing users City: CHESAPEAKE City: I te. Close Company Account Sta . VA State: Zip Code: 23320 Zip Code: I ' My Reports I County: CHESAPEAKE CITY View Reports 1 ' My Resources Additional Information: ViewEsserdial Resources Employer yer Identification Number;540947002 TakeTutorial Total Number of Employees: 100 to 499 I : View User Manual i Parent Organization: 1 ' Contact Ms Administrator: QUALITY ENTERPRISES USA INC I ! Organization Designation: I Employer Category: Federal Contractor Without FAR E-Verify Clause I I - i I ' . 1 1 I ' NAICS Code: 238•SPECIALTY TRADE CONTRACTORS akTiTH774:71TM I I • ! I Fat— 7-1-17,A:s-Ilii-'3,c1 Total Hiring Sites: 1 1 _ . 1 • i I 1 . Total Points of Contact ...3 ZRAMIttlgtfga 1 i , 1MM '''''''' 1.: ''''7:*":31111M-.4 italAVOSUVietS4,:,''''OU''''4' '''':i'''%1k14'''..`7,',15: :0'.14!•fli*I4°,•';;V:'S',-',1':VISM...'7 --:5:'-l'i':Pl..f::, ;*d':c.:VI:,t, ':A,:,M.t- ..iv US.OOP ri 11 is,411i 01 11 0 IT1 0 it)Rd S 4)el It v-YON%dhs gOv U.S Cezeniove new htimitaratior$ervico-www,ociii.pv Accwavisility Dawnlaati Mowers baps://e-veri ly.uscis.goviemp/EmployerWizard,aspx 10/19/2010 1 iF CA; County Administrative Services Division Purcha.In COLLIER COUNTY SOLICITATIONS SUBSTITUTE W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Quality Enterprises USA, Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 3894 Mannix Drive, Suite 216 City Naples State Florida Zip 34114-5406 Telephone 239-435-7200 FAX 239-435-7202 Email LGAUDIO@QE—USA.COM Order Information Remit/Payment Information Address Same Address Same City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual I Sole Proprietor ,X Corporation Partnership Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN), 54-0947002 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification:Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signetur f - Date 5/8/14 Louis J. Gaudio Title Vice President Phone Number 239-435-7200 22 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within two hundred and seventy (270) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within thirty (30) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of Collier Louis J. Gaudio , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Louis J. Gaudio , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. 23 ITS 14-6270 S Ro WeNfeld Voltage Cable Replacement hF (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Virginia , which operates under the legal name of Quality Enterprises USA, Inc. , and the full names of its officers are as follows: President Howard J. Murrell Secretary Stacey L. Murrell Treasurer Manager Te.— rs au fiiffizerd to sign-carrst-rcti.aq bids and contracts for thaco.mpany---by--a-cti rn—of`its Board of Directors taken ectafaed-eat vu-1,e--is-- ttordttache strike out -'s-last se .E®--ik�l ). (b) Co-Partnership The Bidder is a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is and if operating under a trade name, said trade name is 24 118 14-6270 S RO Wellfield Voltage Cable Replacement hF Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED 5/8/14 Quality Enterprises USA, Inc. legal entity _,, ► BY: Louis J. (;audio itness S n J. Sch tz Name of Bidder (Typed) AL. 111/14 Witness Allison Murrell Signature Vice President Title 3894 Mannix Drive, Suite 216 Naples, Florida 34114-5406 Incorporated in the State of Virginia STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this 8th day of May 20 14 , by Louis J. Gaudio as Vice President Of Quality Enterprises USA, Inc. , a Virginia corporation, on behalf of the corporation. He/she is personally known to me or has produced N/A - Known as identification and did (did not)take an oath. My Commission Expires: 2/11/18 /ii:i':. �f (Signature of Notary) ' 'MICE L COHEN ' '' MYCOMMISSICNeFF07068B NAME: Marcie L. Cohen EXPIRES:February 1,2018 ry (Legibly Printed) ��;'• Banded Thru Notary Public UMeiwritois (AFFIX OFFICIAL SEAL) Notary Public, State of Florida Commission No.: FF 070688 25 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 1 1F BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Quality Enterprises USA,Inc. (herein after called the Principal) and Fidelity and Deposit Company of Maryland (herein called the Surety), a corporation chartered and existing under the laws of the State of Maryland _with its principal offices In the city of Schaumburg and authorized to do business in the State of Florida are held and firmly bound unto the Collier County Board of County Commissioners (hereinafter called the Owner), in the full and just sum of -Five-Percent-of-Amount-Bid-- dollars ($5%-of-Bid— ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns,jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as ITS 14-6270 - South RO Welifield Voltage Cable Replacement. NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds In an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $s%-of-Bid noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 28th day of April , 2044 Quality ,r-es USA,Inc. Principal BY I / T (Seal) Howl J. carrell, President Fidelit and Deposit Company of Maryland Surety J2-/l,tiv Q2J- (Seal) Terri K.Strawh Attorney-n-FF'jct Countersigned r� , into J. rs Non- - Local Resident Producing Agent for Fidelity and Deposit Company of Maryland 26 ITS 14-8270 S RO Wellfield Voliage Cable Replacement • • 4 • F ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS;That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Mark C.BUNDY,Tammy A.WARD,William E.CRAWLEY,Terri K.STRAWHAND and Kathryn SNELL,all of Virginia Beach,Virginia, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and'deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of there presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 3rd day of May,A.D.2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND col*, wp 7LIps�� ww�) ?".`"'• 4; ././4/a t Aitt�• 4 v. V BY Assistant Secretary Vice President Eric D.Barnes Thomas 0.McClellan State of MarylandFOR YOUR PROTECTION, City of Baltimore LOOK FOR THE ZURICH WATERMARK On this 3rd day of May,A.D.2012,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS 0. MCCLELLAN,Vice President,and ERIC D.BARNES,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in aid rho executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that heishe is Sue st.id officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said CotporatAAS. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. kfi. rti i 4 r iipin:, Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 176-3814A liE EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to ,execute:bonds,; policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize iry officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appoiiimcnt or riitority at any time." • CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do herelxy-certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section'8;of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That.the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. nI�1 TES TIM ON WHEII.E0F,I have herpunto subscribed my name and affixed the corporate seals of the said Companies, this!- l _day of ti ,20 ti 0 r94„4 o 3 w ti7' 1% O41 . 46 s �s» i sut 1 83 SEAL tcoe %f 3a,�• .,.1� .Mo a ."14/Xli ill �,�� Alto Geoffrey Delisio;Vice President 11F • BUSINESS CONTACT INFORMATION Quality Enterprises USA, Inc. (Firm's Complete Legal Name) Main Business 3894 Mannix Drive, Suite 216 (Address) Naples, Florida 34114-5406 (City, State, ZIP) Contact Name Louis J. Gaudio Phone No. 239-435-7200 Title Vice President FAX No. 239-435-7202 Email address: LGAUDIO @QE-USA.COM ADDITIONAL CONTACT INFORMATION Send Payments To (REQUIRED ONLY if different from above) (Company Name used as Payee) (Address) (City, State, ZIP) Contact Name Phone No. Title FAX No. Email address: Office Servicing Collier County Account /Place Orders/Request Supplies (REQUIRED ONLY if different from above) (Address) (City, State, ZIP) Contact Name Phone No, Title FAX No. Email Address: 27 ITB 14-6270 S Rd Wellfield Voltage Cable Replacement hF THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed. 8. Certificate of Authority to Conduct Business in State of Florida. 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 10. Any addenda have been signed and included. 11. The mailing envelope has been addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 12. The mailing envelope must be sealed and marked with: Bid Number: 14-6270 r->Project Name: South RO Weilfield Voltage Cable Replacement Opening Date. 13. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise Bid cannot be considered.) ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Quality Enterprises USA. Inc. Bidder Name <---- Signature & Title Louis J. Gaudio, Vice President DATE: 5/8/14 28 ITB 146270 S RO Wellfield Voltage Cable Replacement } _ _ _ 11F State of Florida Department of State I certify from the records of this office that QUALITY ENTERPRISES USA, INC. is a Virginia corporation authorized to transact business in the State of Florida, qualified on May 25, 1995. The document number of this corporation is F95000002550. I further certify that said corporation has paid all fees due this office through December 31, 2014,that its most recent annual report/uniform business report was filed on January 8, 2014, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of January, 2014 iV...eik 04,A. ' ,:.: Secretary of State ` `Otj= C, Authentication ID; CC7151871922 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.orgicertauthver.html • STATE OF FLORIDA I IF DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION %I14 Z CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH� MONROE STREET - TALLAHASSEE FL 32399-0783 MURRELL, HOWARD J JR QUALITY ENTERPRISES USA, INC. 2827 SILVERLEAF LN NAPLES FL 34105 SLATE OF.FLORID AGE Congratulations) With this license you become one of the nearly one million P+ e .,,.,,,J DEPARTMENT OF•BUSINESS AND Floridians licensed by the Department of Business and Professional Regulation. " PROFESSIONAL;REGULATION Our professionals and businesses range from architects to yacht brokers,from x boxers to barbeque restaurants, and they keep Florida's economy strong. CBCA57 231 0,7 07' 12 1.28003839 Every day we work to improve the way we do business in order to serve you better For information about our services,please log onto www.myfloridalicense.com CERTIFIED }3t7,xLDING CQ�J 'RACTO t. There you can find more information about our divisions and the regulations that 1 MURRELL, HO •,RD JL;JR impact you,subscribe to department newsletters and learn more about the QUALITY ENTERPRI S,ES1.USA, INC Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can serve your customers. =s.CERTx>=>Jn under the'provisions 'of. ch.489e Thank you for doing business in Florida, and congratulations on your new license! Expiration dace,iAU0�31;:`'2.0.14 L12070'7 0151 DETACH HERE -', THIS1:106U MENT HAS-A.COLOR'et AGKGRQUND•,MICRC3PRINT�i4Cr'EtNEMARIC"PATENT Ct PAPPR AC# 6190860 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L12070700161 DATE BATCH NUMBER LICENSE NBR 07/07/2012 . 128003839 • CBCA57231 The BUILDING CONTRACTOR Named below IS CERTIFIED;: `' Under the provisions of Chapter;48 Expiration date: AUG 31, 2014', MURRELL, HOWARD .J' JR MANNIX ENTERPRISES S2USA, INC 16 NAPLES FL 34114 , RICK SCOTT KEN LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION tI'VVV,E CONSTRUCTION INDUSTRY LICENSING BOARD (8 50) 41-1F 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 MURRELL, HOWARD J JR QUALITY ENTERPRISES USA, INC. 2827 SILVERLEAF LN NAPLES FL 34105 Sri STATE Of-FLORIDA !-1 d 6•'1!, i p 2 Congratulations! With this license you become one of the nearly one million t DEPARTMENT OF BUSINESS; AND Floridians licensed by the Department of Business and Professional Regulation. e, ly PROFESSIONIF1::REGULATION Our professionals and businesses range from architects to yacht brokers,from boxers to barbeque restaurants,and they keep Florida's economy strong. CUC057398 147/07/12 128003839 Every day we work to improve the way we do business in order to serve you better • For information about our services,please log onto www.myfloridalicense.com. CERT ..UNDERGROUND f& EX9AV CNTR There you can find more information about our divisions and the regulations that MURRELL, HOWARD J; JR 9 impact you,subscribe to department newsletters and learn more about the QUALITY ENTERPRISES USA, INC Department's initiatives. Our mission at the Department Is: License Efficiently,Regulate Fairly.We constantly strive to serve you better so that you can serve your customers. • TS:.C..ERTYF. D under theprovisione ot,Ch :4.89 FS Thank you for doing business in Florida, and congratulations on your new license! , pryiratinn date AUG`31;;2914 ', .t212o7o7 oo is L._... ..:.. .._.... __._.. ::.: DETACH HERE ©aCOPIENr OL:Oi p bACKGROUNE1•NfcrfOPR:NT:NG:.UruOTAttt cro PAI:EhtE .'APEI AC# 61910-12 STATE OF FLORIDA DEPARTMENT :'OF- .BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ L12070700313 DATE BATCH NUMBER LICENSE NBR 07/07./2012, 128003,839 .. CUC057398 The UNDERGROUND UTILITY & EXCAVATION CO_ ' Named below 'IS CERTIFIED Under the provisions of 'Chapter 2489; FS r { Expiration date: AUG 31, 2014 , - MURRELL, HOWARD •J JR. 3UALITY ENTERPRISES USA, INC. 3894 MANNIX DRIVE #216 NAPLES FL 34114 RICK SCOTT KEN LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW 1 1 F ___,-,7---,,._ 7-7------- ------------7----' -- COLLIER COUNTY BUSINESS TAX . BUSINESS TAX NUMBER: 001263 COLLIER COUNTY TAX COLLECTOR-2860 N,HORSESHOE DRIVE-NAPLES FLORIDA 34104- .(239):252-2477 '' VISIT OUR VVEBSITE AT:www.colliertax.com THIS RECEIPT EXPIRES SEPTENIBER 30, 2014 •-;,"...., 1-Vt---(-- -111 4'."t DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION LOCATION 3894 MANNIX DR#216 ' ‘'-'' ' ='''' ----- i ji-' ":i'"FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS ZONED: COMM/PUD .., -LEOAL ORM-t_ -- to- -&;,, -- - . ,..'-_,0 ,,,....' CORPORATION• t l' THIS TAX IS NON-REFUNDABLE - BUSINESS PHONE: 435-7200 •. : - •-- :,-...,01 '"-- ,, , 1 i• .. STATE LIC: CB CA57231 QUALITY ENTERPRISES USA INC: : MURRELL HOWARD J JR " *- '414 yr ' , I i 3894 MANNIX DR#216 k: 047i-i.2- ::-.,.._.... NAPLES FL 34114-5406 . ''':,flf:-•_4:T :'-7. ;:.-,,,g-r...-__,_ NUMBER OF A EMPLOY EES: _--_1--4,.,9„_'-k!„._,---9Y E Es z...,,, 1 --.i-r..;,.- CLSSIFIcATioN BUILDING CONTRACTOR DATE 08/15/2013 CLASSIFICATION CODE: 05104804 -::; :.f. = -._ _.,..., 00 AMOUNT 72' This doCuMent is a buiiness tax only;This is ndt Certification that licensee is qualified. i--. RECEIPT 2362,41 )1 ,•.'''`'). It does'no(permit the licensee to violate any existing regulatory zoning lawpfitie state,'courly_or cities .0‘ ,,pelet rt,.., does it exempt the licensee from any other taxes or permits that may bs:,:reqUired7b...Y faW. —---- — ---7- -- -7- = - - --' ' COLLIER COUNTY BUSINESS TAX • '----12.BUSINESS IAXNUIV113ER: 013830 COLLIER COUNTY TJw COLLECTOR-2800 N.HORSESHOE DRIVE-NAPLEdjkOTRItiA'3404-1239) 5 -.2477 THIS RECon ExpiRgs sEp,T_ERBErt 30, 2014 Di$PLAY „.1 PLACE OF BUSINESS FOR PUBLIC INSPECTIW i706Xi-1607 3894 MANNIX DR#216 4 .A1.1.:$1*-.C-4:3-.1..W,..'"- ta*,77=:2."'ci.---4-is,-..5--7F A piuR_E TO DO SO IS CONTRARY TO LOCAL LAWS. ..A.7'f.=.' 1/ ' .te-GRM-: -V ---t-:::',-; 'T,H--'- 2 ONE6 m ALYFO THIS TAX IS NON-REFUNDABLE-'' com iouo _`-ol ,0' `. O 7,,.. BUSINESS PHONE: 435-7200 '-' .-' I CORP TTION - ' _.e= ,.,,,- STATE LIC: CUC 057398 :=:.:-- --.4. rjtil--;-:;:1 ....jjt,i';'11',i.:±.' 7: ''''1 ji, ,-., '''' !.''.g- 1). . QUALITiOT_ Eft RIS:=JES-9/Ai.,fNC.:;,-;:_i; MURREL141-10WARD, J I_...., 3894 MANNIX DR#216 ii-,. ZN:, 47F?: NAPLES FL 34114-5406 1. *, 7i.--;=':_- '',,,-,T- ■■■Tf ' ;.,-...r: i''.4,; -, NUMBER OF EMPLOYEES: 81-40.gM !-OYEES , --;;':_-.-1 ,''' sk''''"s•.f,- '44'''' A,,7'4/ -,::'- DATE ,; 08/15/2013 CLASSIFICATION UNDERGROUND u-r 11../ExcAVATING cONT,ITACCOb .3/4.., ,;,,..\;,#0,.. ._,. , :4; -- ' ' :--- ---- ' MOUN'i 72.00 CLASSIFICATION CODE 05102804 --.;,: -. : _, ----_:,:" '-:-----' IizECE-IPT 2364.41 This document Is a business tax only:this is&it certification that licensee is qualified. ty Tes .,, cic,eA.not pernilt LheAcepsee to violate any existing re ulatory zoning laws,of the state,fpoun „or p!!„• g g ---;;-...-- 7kor does Iflexernqtthelocirisee from any other taxes or permits that may bt-ep.2ired.z_by16vit..1.c--.-, v-_- :-,___: 4 Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance/ Bond Type Required Limits I. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form)patterned after the $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/ Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury&Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence • ® Pollution $ 1,000,000 Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 44 ITB 14-6270 S RO Wellfield Voltage Cable Replacement h F 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 10. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Quality Enterprises USA, Inc. Date 5/8/14 Vendor -'` 77 Signature Print Name Louis J. Gaudio. Vice President insurance Rutherfoord Agency Agent Name Herb Moss or Heather Garrett Telephone 757-456-0577 45 ITB 14-6270 S RO Wellfleld Voltage Cable Replacement 11.F CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Quality Enterprises USA, Inc. ("Contractor") of 3894 Mannix Drive, Suite 216, Naples, Florida 34114, a corporation authorized to do business in the State of Florida, to perform all work ('Work") in connection with South RO Welifield Voltage Cable Replacement, Bid No. 14-6270 ("Project"), as said Work is set forth in the Plans and Specifications prepared by CDM Smith, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One million six hundred ninety four thousand nine hundred ninety nine dollars and no cents ($1,694,999.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the 29 ITB 14-6270 S RO WeHeld Voltage Cable Replacement (17) CIF Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.Qov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within two hundred and seventy (270) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand three hundred and twenty dollars ($1,320.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve 30 ITB 14-6270 S RO Wellfield Voltage Cable Replacement `a� HF Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement 31 ITB 14-6270 S RO Welifield Voltage Cable Replacement a7 11F through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by CDM Smith and identified as follows: South RO Wellfield Voltage Cable Replacement as shown on Plan Sheets 1 - 20. Exhibit N: Contractor's List of Key Personnel 14-6270 South RO Wellfield Voltage Cable Replacement Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Alicia Abbott, Project Manager Planning & Project Management Department Collier County Public Utilities Division 3339 Tamiami Trail East, #303 Naples, Florida 34112 (239) 252-5344 aliciaabbott( colliergov.net B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Lou Gaudio, Vice President Quality Enterprises USA, Inc. 3894 Mannix Drive, Suite 216 Naples, Florida 34114 32 ITB 14-6270 S RO Wellfield Voltage Cable Replacement .d liE ' 1 (239) 435-7200 (239) 435-7202 Fax LGaudio @QE-USA.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments 33 ITB 146270 S RO Welifield Voltage Cable Replacement hF made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 34 ITB 14-6270 S RO Wellrield Voltage Cable Replacement 11F IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Quality Enterprises USA, Inc. f FIRS ITNESS Louis J. Gaudio, Vice President '7/jb7/1f Susan J. Schultz Print Name and Title Date Print Name SECOND WITNESS Marcie Cohen Print Name Date ( oL 2 '2D 361 11 OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY LORI" D ht�E. B o C.lerk BY. A+ L.,� :rte Attest as to Chairman's b 4' on) Henning Date signature only. Chairman / \ISA IA .p �v•- as o orm nd egality: s�County Attorne Pe w*- Print Name 35 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F ti EXHIBIT A:PUBLIC PAYMENT BOND South RO Wellfield Voltage Cable Replacement Bond Na 9160738 Contract No. 14-6270 KNOW ALL MEN BY THESE PRESENTS: That Quality Enterprises USA,Inc. 3894 Mannlx Drive,Suite 215,Naples,FL 34114-5406 , as Principal, and Fidelity and Deposit Company of Maryland , as Surety, located at 1400 American Lane,Tower 1,18th Floor,Schaumburg,IL 60196 (Business Address) are held and firmly bound to Board of County Commissioners,Collier County,FL as Obligee in the sum of One Million Six Hundred Ninety Four Thousand Nine Hundred Ninety Nine Dollars and 001100 ($1,694,999.00 ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 8th day of July 20 14 with Obligee for South RO Wellfield Voltage 1.aete tcepiacemene-Contract Numbe Collier County,FL accordance with 14 6270 drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond, The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this 8th day of July 2014 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. 36 !TB 14-6270 S RO Wellfield Voltage Cable Replacement hF Signed, sealed and delivered in the presence of: PRINCIPAL / 1111��`.,�/Jl `� Quality Enterpri -s U-A,Inc. usan J. S Jltz _raffia BY: Witnesses as to Principal NAME: -owar-, J. Murrell Louis J. Gaudio ITS: 'President STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this 8th day of July 20 14 , by Howard J. Murrell , as President of Quality Enterprises USA, Inc. , a Virginia corporation, on behalf of the corporation. He/she is personally known to me OR has produced N/A Known as identification and did (did not) take an oath. My Commission Expires: 2/11/18 1)(4/1/4 VA - - (Signature of Notary) 41 y MY COMMISSION SISION COHEN F 070688 EXPIRES:February 11,2018 NAME: Marcie L. Cohen ,igy Bonded Thru Notary Public Undenwiters (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Florida Commission No.: FF 070688 ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 37 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F Fidelity and Deposit Company of Maryland OR r ?� Tammy .Ward C 's Attorney in F.ct Atiltk (Attach Power of Attorney) � ,/ Terri K.Strawhand,Attorney-in-Fact Witnesses William E.Crawley (Printed Name) 1400 American Lane,Tower 1,18th Floor Schaumburg, IL 60196 (Business Address) 757-491-1100 (Telephone Number) STATE OF Virginia COUNTY OF Virginia Beach The foregoing instrument was acknowledged before me this stn day of July , 2014 by Terri K.Strawhand as Attorney-in-Fact Of Fidelity and Deposit Company of Maryland Surety, on behalf of Surety. He/She is personally k,own to me OR as produced N/A s =-ratification and who did (did ' ,'t) take an oath. My Commission Expires: October 31,2017 1l_ '7111111111[44.■ (Signatur= Name: Kathryn Snell (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Virginia Commission No.: 7258943 KATHRYN SNELL Notary Public Commonwealth of Virginia Reg.#7258943 My Commission Expires Oct.31,2017 38 ITe 14-6270 S RO Wellfield Valtaga Cable Replacement 11F EXHIBIT A: PUBLIC PERFORMANCE BOND South RO Wellfield Voltage Cable Replacement Bond No. 9160738 Contract No. 14-6270 KNOW ALL MEN BY THESE PRESENTS: That Quality Enterprises USA, Inc. 3994 Mannix Drive,Suite 216,Naples,FL 34114. as Principal, and Fidelity and Deposit Company of Maryland as Surety, located at 1400 American Lane,Tower I,18th Floor,Schaumburg,IL 60196 (Business Address) are held and firmly bound to Board of County Commissioners,Collier County,FL , as Obligee in the sum of One Million Six Hundred Ninety Four Thousand Nine Hundred Ninety Nine Dollars and 00/100 ($1,694,999.00 ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 8th day of July 2014 with Obligee for South RO Wellfield Voltage Cable Replacement-Contract Number. 14-6270 in accordance with drawings and specifications, which contract is incorporated by ' reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. 39 ITS 14-6270 3 RO Wellfield Voltage Cable Replacement • . 11F • IN WITNESS WHEREOF, the above parties have executed this instrument this 8th day of July , 2014 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the sresence of: PRINCIPAL 9 IC tit/ Quality En j �'s US",Inc. s... usan .ms __ z /'/ BY: ►�l nesses as to Principal Louis J. Gaudio NAME: owar. J. Murrell ITS: President STATE OF Florida COUNTY OF Collier The foregoing instrument was acknowledged before me this 8th day of July , 20 14 , by Howard J. Murrell as President of Quality Enterprises USA, Inc. , a Virgin-1 a corporation, on behalf of the corporation. He/she is personally known to me OR has produced N/A Known as identification and did (did not)take an oath. My Commission Expires: 2 11 18 /i ? 1� J e4:0;;;;;:, MARCIE L COHEN (Signature) 7 • = MY COMMISSION#FF 070688 EXPIRES:February 11,2018 Name: Marcie L. Cohen 440f/ Bonded Thru Notary Public Underwriters (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Florida Commission No.: FF 070688 40 I78 14.5270 S RC Wellfield Voltage Cable Replacement . 1 1F ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR Fidelity and Deposit Company of Maryland Tammy A.Ward , As Attorney in F _4 - (Attach Power of Attorney) / �/ Terri K.Strawhand,Attorney-in-Fact itnesses William E.Crawley (Printed Name) 1400 American Lane,Tower I,18th Floor Schaumburg,IL 60196 (Business Address) 757-491.1100 (Telephone Number) STATE OF Virginia COUNTY OF Virginia Beach The foregoing instrument was acknowledged before me this 8th day of July 20 14 by Terri K.Strawhand , as Attorney-in-Fact - Of Fidelity and Deposit Company of Maryland, a Surety, on behalf of S rety. He/She is personally known to me OR has produced N/A as it entificatior and who did (did not) take an oath. ! • I 1 My Commission Expires: October 31,2017 1 „/ (Signature) Name: Kathryn -nen (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Virginia Commission No.. 7258943 41 ITS 14-6270 S RO Wellfield Voltage Cable Replacement KATHRYN SNELL Notary Public Commonwealth of Virginia Reg.#7258943 My Commission Expires Oct.31,2017 i1.F ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint Mark C.BUNDY,Tammy A.WARD,William E.CRAWLEY,Terri K.STRAWHAND and Kathryn SNELL,all of Virginia Beach,Virginia, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 3rd day of May,A.D.2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND vant wp"pot,.. sear. ` F 7,, � 0149' 4r..., ',...*--(t/ • B Assistant Secretary Vice President Eric D.Barnes Thomas O.McClellan State of MarylandFOR YOUR PROTECTION, City of Baltimore LOOK FOR THE ZURICH WATERMARK On this 3rd day of May, A.D.2012,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and ERIC D.BARNES,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,:`7i;fflf+� ./ of ''�iiiufi n,w''�: Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 176-3814A hF EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the ra:_x.'io;ce and effect as though manually affixed. TESTIMOT Y NyHEREOF,I have eunto subscribed my name and affixed the corporate seals of the s4:.'Com;+aaier., this C-11)day of t ,20 1 . s :tea eettff g • 1NRCAL tfM y� 190! 0 777 .444;:r Geoffrey Delisio,Vice President uf � ® A•D CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY)7/14/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Rumerfoord Rutherfoord (A/C.No.Ext1:757-456-0577 bloc,No):757-456-5296 222 Suite Central Park Avenue E-MAIL sscertificates rutherfoord.com Suite 1340 � li Virginia Beach VA 23462 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Chartis Specialty Insurance Company 26883 INSURED INSURER B:First Liberty Insurance Corporation 33588 Quality Enterprises USA Inc& INSURER C:LM Insurance Corporation 33600 Quality Environment Co. INSURER D:Liberty Mutual Fire Ins Co 23035 3894 Mannix Drive Suite 216 INSURER E:American Guarantee and Liability In 26247 Naples FL 34114-5406 _INSURER F: COVERAGES CERTIFICATE NUMBER:842872832 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL.SUER POLICY EFF POLICY EXP LIMITS LTR INSR W VD, POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) C GENERAL LIABILITY TB7Z91449711034 7/1/2014 7/1/2015 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY JECT PRO LOC $ D AUTOMOBILE LIABILITY ASJZ91449711014 7/1/2014 7/1/2015 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X AUTOS ,PROPERTY erm accident) $ X Comp $1000 X Coll$1,000 $ E UMBRELLA LIAB X OCCUR AUC017426600 7/1/2014 7/1/2015 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X. RETENTION$0 $ B WORKERS COMPENSATION WC6Z91449711024 7/1/2014 7/1/2015 X WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Pollution Liability CP0025895025 7/1/2014 7/1/2015 $1,000,000 each claim $1,000,000 Aggre DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) RE: For Any and all County projects Collier County Commissioners are included as additional Insureds under the General Liability policy as respects to work performed by the insured,as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Board of County Commissioners of Collier County, Florida ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail East Naples FL 34112 AUTHORIZED REPRESENTATIVE OIL n. 1 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 11F EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. 42 ITB 14-6270 S RO Wellfield Voltage Cable Replacement lIE The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 43 ITB 14-6270 S RO Wellfield Voltage Cable Replacement Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance/'Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Compensation Government Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily current ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/ Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ® Pollution $ 1,000,000 Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 44 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 10. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone 45 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F :1 EXHIBIT C:RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20 for the period from to , excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by , as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: 46 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER) or Purchase Order No. Collier County Water-Sewer District(the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru[insert date] $ and stored to Date $ Retainage @ _% after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Percent Work completed to Date: % Less previous payment(s) $ Percent Contract Time completed to Date % AMOUNT DUE THIS APPLICATION: $ Liquidated Damages to be Accrued $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name &Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name &Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) 47 ITB 14-6270 S RO Wellfield Voltage Cable Replacement aki o, u) h i F I 0 < I o I- § a Ct -- D » Ui _ . \/ v- . } k C4 1/ ) _\ E ce ®CO < I � ) \ 0 ,i5 ƒ CC § /CO Z « - CO1- � \ $ a z � \ \ § a. E\ E w 2 o al § S \ _1 I- g« Lu � 4§ — k )§ // o © _ 0 k� \§§ V) .°< ) 2 . j E mR - 2 ] .1) 1- w K � ] 2 � k ] 0 a 0 « ! ! ! § 32 LL a 0 < \ Q 2 ° ec o 0 < I as LLI 0 u = tE 2k 3as Cl 0 a f ) I J2 jk C.) R0 = E > _ _c § / " 45 § w k / k § ] - E as \ ' �k \ U) ° ° k o o ® .. . 1 / o ] 3 _ +$ e aso 2 \ Ec k P ® 02 ] Fe ( \ a) t Fe - ) tea = 7 2 / (/ E , 0 2E0 CO E ® 22 2 } mE G 0 . E_ _ § / ƒ ƒ � § \ £f / e \ E § ƒ \] X 2 z § \ » hF 0 -0 O o 0 co a co co) • c I- < d • U > r E cn O U -a O •L > y CO m a O N v d Q.' _N c0 >'. T7-> c Q .0 > d O 0 E c Z a> Q a f6 TD_ cc 'O 0 � O Q. 0 "L C N f6 O p >° Ci a t O K W cc cn 0 N- 2) ca m H hF1 EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: Bid No. : Change Order No.: Date: Change Order Description Original Agreement Amount $ Sum of previous Change Orders Amount $ This Change Order Amount $ Revised Agreement Amount $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Authorized by: Date: Division Administrator (For use by Owner: Fund Cost Center: Object Code: Project Number: ) 51 ITB 14-6270 S RO Wellfield Voltage Cable Replacement i1F EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 53 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 54 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: , 20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Vendor Evaluation 15. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name &Title) By Design Professional: (Firm Name) (Signature) (Typed Name &Title) By Owner: (Department Name) (Signature) (Name &Title) 55 ITB 14-6270 S RO Wel!field Voltage Cable Replacement 11F EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at 56 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress 57 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 7:00 p.m., Monday through Saturday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Contractor shall submit all Applications for Payment to the County's Project Manager and/or his designee. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered 58 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D-3. 4.5 Contractor shall submit four (4) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.5 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.7 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole 59 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.9 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.10 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.11 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. 5. PAYMENTS WITHHELD. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 60 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. 61 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse 62 ITB 14-6270 S RO Wellfield Voltage Cable Replacement Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. IF 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent 63 ITB 14-6270 S RO Wellfield Voltage Cable Replacement iF to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, pursuant to F. S. 119.0701 (2(a) — (d) and (3), which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 64 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub- subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 65 ITB 14-6270 S RO Wellfield Voltage Cable Replacement liE 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 66 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 12.2 Contractor shall afford each utility owner and other contractor who is a party to 1 C such a direct contract (or Owner, if Owner is performing the additional work wit i Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 67 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's proposal may be deemed non- responsive. 68 ITB 14-6270 S RO Wellfield Voltage Cable Replacement Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 69 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 1 F 1 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 70 ITB 14-6270 S RO Wellfield Voltage Cable Replacement [ IF 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered 71 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 1 IF suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 72 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 1 F 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of 73 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non- defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 74 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control 75 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special 76 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. 77 ITB 14-6270 S RO Wellfield Voltage Cable Replacement IF All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited. 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 78 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 79 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 80 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and 81 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 82 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY If required, Vendor/ Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 83 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF 1 36. VENUE Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION Prior to the initiation of any action or proceeding permitted by this Agreement to resolve 84 ITB 14-6270 S RO Welifield Voltage Cable Replacement 11F disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 85 ITB 14-6270 S RO Welifield Voltage Cable Replacement 11F. EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 1. The Notice to Proceed will be issued only after the following documentation has been submitted to Owner: a. Complete contractual documents, including payment and performance bonds and insurance certificate; b. Progress schedule, which shall utilize the Critical Path method of scheduling and Microsoft Project; c. Submittal schedule; d. Draw (funding) Schedule, which shall consist of a monthly projection of the value of the work to be completed and materials stored for the entire duration of the project; e. Safety Program/Risk Management Program; f. Quality Assurance/Quality Control Program; and g. Security Plan 2. The CPM Schedule and Draw Schedule shall be updated monthly and submitted with each Contractor Application for Payment. If both items are not submitted with Application for Payment, that payment will be withheld until both items are received and accepted by the Owner and Engineer. 3. All engineering site plans and drawings referencing a specific geographic area must be submitted in an AutoCad 14 or later format drawn in the Florida State Plane East (US Feet) Coordinate System. The drawings should either reference specific established Survey documentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or be derived from the RTK(Real-Time Kinematic) GPS Network as provided by the Collier County Transportation Division. 4. Other supporting documents may found at: http://bid.colliergov.net/bid/ 86 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F EXHIBIT J: TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ 87 ITB 14-6270 S RO Wellfield Voltage Cable Replacement hF EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ 88 ITB 14-6270 S RO Wellfield Voltage Cable Replacement 11F EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.net/bid/ 89 ITB 14-6270 S RO Wellfield Voltage Cable Replacement EXHIBIT M: PLANS AND SPECIFICATIONS 1 1 F' Supporting documents found at: http://bid.colliergov.net/bid/ 90 ITB 14-6270 S RO Wel!field Voltage Cable Replacement 11F Oa 6 RE4 JQ � oa a Q m E o w o Ola - 0 0 0 0 °o < Q a -Q° w w W J o ¢ a Y Z = w Q O° =, n o s E o o s 21 c, z ° E a a o O Q ° ° Q o ¢O Q a 1 N Z > Z N CJ f Z Q J d LO O N m m w o' w T Q o a 2 O O °u) N Q ¢ p O w J' ° a w= D u' U L O Z ? °N U O Z O O ° ° Z ,,N '' Y T O O w m m Z O = L - Z w Q X a O v}i '' , J z o w °> Q G U CW a w w a < < ° ° z ° - y o 0 0' J W H N w o uri vri o 3 3 3 3 3 3 ^ w U m W c o o CK w m wwwwww wwwwwwww o _1 ° J W Q U Z S J W W : o N LU 0 2 N <� Ul m Z W �Z It! ao °� 'U Q � Ncoi o a W 4itt;i U �w J W'� 8ll1fl (2) Ct •-' __J 2 > 0_ Mii-7:9 cK ow. - ,, ,L-Eri co Wa0 U 2 w CC W O o w 00 W U Li r' � W 5 J F 1 O Q 0 -\ Q W / `_ W E % � U WJN . W NUJ U a F W.- i Oov, P O. a v i Ie. 4‘ a, A e�llfl► , 111 0 o ' 04 p O J LL — - u :.-':� �.,�,=...w a: ,as lF :L m o .f g tg � g= oa w E ;!I- °.a T <�� d Z° \� o a I !'T" gt III EI 7 Z ~ > °a a ar,3N w _ Ct On dn ` O tl-5 H moo s x-s ; \ = 16az� .003pz 1y.4 ImI _ 2 o i r -„2 gg a of s - o 0 01W4, , h, 0 o g -- p , w 4o sLoww, o : _ x W °p3 23"i2p9LL2"<g - °$ 2p (1414I' 35'2°.g2=2-6P,2 _{ so 2 . F NZ. ' Z z° N 0. - .H.f▪9 d _ » ® = g J ° a ¢ oaw .=° ada"- W W a ° _ p a ,I U p. _ J Q W w Ems °o°▪= p -i J F �=o= 22w2i g° oEom 911 5't F F 3E ° a° : ° G ;'," o W o>" I05 z: 005 k a°4 � F 'O a Er'6-6 °=° -Ea „>=w < p ^Oo- ° < o 00 a J x p w° p =° g .;C o o -', e-5 0g1g.rg2102 2 - "m,„.= 99,299269229 § 8! u) o a a,s ;s 3 " = ?a 2 2, o a`m 22 - - s 5' a l' a -a -w o9 "" g F ° � 9 0 < z_ " V _ms°o ° 5 40a - Lg gIgN - ° -w =' k I and - _ a,p ot = °w ° = E ° ° _ ° A ' "=112 = 92 409>E;.24, 0q <8 = o =o a== _i a _ < ' a° wa "w wP: _ ` o '=I< a w a w ap a°o "_aN g 5 j < oo " aap 11 0Pg=1 o g 5 _ n 3 = 4'0- o " 0 5 x1 IX '16 i?p xmad o n aaw g =a _i $-a , a - - $ -= coo o e wax= ' a=o o _Yo gg _ p p °n° Y5=<°, paw 113"="c oob�W�i _ "a a s<a g° ,,,'� ni � `£ - ri em E BBw ri ° °<'- "2211 P"" p - _ -,d°°a -�°a 0 - L - .g a"c`ao aF MI F'" - g°a whom i7-- - - X53 °x2290 _ - o 2362 G� - - - _z em - _ _ o of°opo 2W.IP' Na„;goo g;p" 2 9a ss - a:8 : ",, ,< =-a_ «°° °.°.aa p= o a w°o6 sSg=owxaa y Wow�o " a _ ry a a 2 u 2 _ .. =8 �_ 3 gig /.. RIgg 3° j ` " m � s -°w o ai p -g . H -p pfO £ . „ w a g 8 000 5 a N"� , VP m == 7 €u< _ oo g p5 20 g C Qw¢ �� a >a .6.. pU sae & - t�O _ ji" =z w =ag= cw ;° - Ve 0 ° w=- s g wY o= °o ?3 po a°2a L" mN °a a ma 3 - m ° =a W Rh. haw �g "'s9 =a EP rc '0 a _ NSW N - op<== <a° oaw °a2 Om G� osE-° a g _ w ap N w -- = a la w .«_ w�g �°5w �w « <£w "° p `� 5_: 8 1 „3a ° I 1 ° - � " � 1 ° � - � ° 0< <° 3 Ni 10 <= F° ° jam= a=< -° 11Ln5 0100 f0 NOUV➢tlON�nV N3LNLM 391 LIGMW ll3f0tla tl3NL0.WY tl03'Idva tl0 TON/.NI 03501 39 0 3ily ONV 11901 0100 30 ud3dO31d 3113 305/01I3531/031321051903NI 339.35 10M0143A.a 0xmona 5x01530 Om 0 010151005\000.1 01\Iwnlaw95 s0\v1e'ON so! 50\310 50 000 101 1\0009\Nv-MM 1050 a;np\\:*a Na L0ZN0 s10Z/51/5:aw II & i4-,,,,i-i--4_,_i , p V 2w d< c w ° sp S°a 'U�- ao U --a ' - - "!- Voo3a wt< 0311 - 35, ° ,, - < ? 8Awgg__°gg3gLa===° x_xx_»=412E1-1 fl----====o2oaaaaaaaa,,°.,m,,,n,,„g.,.,,„- , „,>>>.._ — 0 VE EN EA vz s- g ; a g'w�ginEEE§,2,g1I22221syy=s222TE EliC3gig3=== oaoaaaaaa2VE6NEas 8v3e , >> 33K w m m in y 3 °; 5 3 ., 5m - 5 C - - : - - . nJ '6og IN N _ o a<aa< ,° aaa <a °° OoD ww , ,q ° ; _ P ° Y b x _ ° ` R3 <Y<<<<'1«'«mmu°2,E22- r°uuo°ommmmw U Et- a I ( ® 1 o 1 0 I U iii W ao 0 1 ¢ a >� a og _ - _ - - - - 6° -3 9 _ - o _ - - - a U ' - - - o w W Z z _ - _ - 6 - o 2 -0 vg! p °o3W Y o 5'g _ :1,1'!o - - E z „J o aw§o °o oW °� �� Uo - _ oFg o a A W z �i 3g 3 ;g _ _ 3 w o ma< <�'o 9z a - - - - �iw ° 2 19 hlel m 0 • az = .2. = 9 = z E. : E 9 z za sa sa . 2.2 z. z.2 zv . z z = = = = . z . m m V) 0 ■ _ B 9 ® A B A .-11 = .1 $ + 1 ° 1140 N $ $ • ' . ® + + c g U _W , ° I ° FQ3� ' °zw3 5.5 Y•�� Ig o 'z° ill °o C .o o x - - 33m 3a o 3°i°,3: 3 a '' 'h r. °° ° ° 4 u; zx ° 32- Egg w8-.Y- 9;S19 y 8,=w2m _kJ 6',C 0 0 4o k: k3 - -010 x $ El Go 'o w °e„ .d a nh oY5'�Ev J k.=3:s S„ R�< U ° o - - =S i i i i i i ,, . s 5511,_ .-a==a3bv. YgSvh-n,agg Kz Kz Uo °� w Vg 11 a i , i i HP: _ 5 iliiii 9. p„„.,„... ..h h gg :,., .g.3eeee.m mmm°6s.. ,g. . a a 538 G'o °lv ° .8 3° 3-- =m ° C30 0 1 I 1 I A 0 Ni A A © ?� I I =5a-1 b a "fi o d �� °A A4K b 4 s ?_ % = - - = og - -a€ N' - . __ = hi - 3a"'" _ y w o - fA W ! o t o - 1 0 I 0 '0 '9 ® I I Y «u.s nay so«ounieo«ury«3uiux 3«i ono«ux.u3roea«3«.o urc no3 una n «i a3sn 3e o.pox 3en a«.«uns iw�m.ua3aoaa 3wi 3.e«i3u3«a3.nwauo�«i 33va3s�.voiss33oae.e o3avnae sxms3a o«v sw,avas0a s3wsia rn OflHflP _ ozNZ o�NO'p"i°<'u< 'o 2owN w�i��%'^oz-x �y w�ZO x"u W � , , , , ' 1 F , , ?60 ° a o - ; -- - _ - - _ - - - =pow - 3° - �s -_"'arc -°a wk°o5yE°0-�� _ °cz',` °-�w=W�So - - - vv�� - " B5< °�o map w°'ao - o ° _ - _ p w �o�°°g%w=` �3wo�'"' =.,om°earE'a Noe° rb„«,T<° „°a12 ti pC a._°,. <a=a= °o �oa°a s-o 'g__o_ �Zz`.o WOO'°° w °'w=«_wr�o p'��'o°°��= 3 O O j SS Q 0 °a C � - _� Cl; 16 M o . aaa .1 ! - � `� W s. ® ® 8On' ili I Cl w w ° z oW_ z ° 9 , - rc 'F, ° N ' = G 3 °o E w ImEw C F _ o o zip g' - Cl s ,,'X' ' 6 1' _ =c _ o0�m a ' g, 9� 3� x - z o o' 3 1 Cl o a °0 Cii Cl LA wow w O< p0 x t � - gc ' p _ _ 'LO- - __ "e� ° 'off N z i =w �o � ,� S < ! `a < � p � - o � _ '4' Q _ d 1 l'x ! a = a=3 L il a r! a . p': _ ° ° n 1 ° a : L1$: ,='o.- c c t c_ CD o ■ �F $ © o ® © �I ,p ® 0 0 O O o A A ca ►o eo 0 1 D C e ° s °y aye o” oLL c - ! i 5 _ § 5,;'; 6.612 3 11!1,k-:• .3L1 Lp p o o _ - I; -S 8 Cl w )'g? = °` CE _ w <Y o- _ t'''-` 3Y _ Cl 1" ' 7_ Cl Cl 3 a• , C ;.=,- ; Cl p=Nei s e g g? _ w„w a' „In w,z ,,,A _ „�C Cl 3k' .=:!, k?p.' �2a . a22 ' _ a° „ ffi�ifra L <!= - - ;6' -'• - - a o w° - _ 6n __<az 22,1'‘21 __ rc 1. a o a0 _ ,' a _Io =° T, — — o- - .LI « « « « A «P a p © .7 - - — 8 4 4 101 0 O © 0 ® 0 ® F O E°a ILii a - ho '.o Cl i'3 Cl° Cl F 'i A " C Cl - c61 6 Cl r7 Cl =w sa ° Cl 34 _ `S' NF "T.'6'_ o Cl k m S - 5 o- W. - w - - _ 3 = _a,`=' _ N o Cn C`_° != 2 _ °m om _ ° Cl a a§,N ,i a wo =yo o w _ p `i Cl o z� `^� wi - - k = - - rcz - - _n0: )u Cl m -o , ... w N sw a6 vg w.. . °" n 0,0q p... =' <a , ° ° �`" „ °° ° �`m wo a x 3 3z - = a pg.s_ -, I- 1 ( r Eg.'", ;.. ;. ° II ' '' -n- - N- "y ci ' r'i * 1t4 „, ' T HUMS 1107.WIDOW:11M N 3I1 11101,111/A ll310..111. .� I1 F _,,,,____,...v. - = o gN °3 0 o c Ow z ¢ J a Ws F < k1XL% ''i !_- to Z a='fi A " te A ";-1' 3i ° " = .-'k' W < `m 55i `. - °Ws° " a=mz� 1' " 0 m y .12 u - _ii_ v w E€ - sa <I a= 3 - <cH c ,,481_, _ b:Lp °b5, li a9 z - S L"' 0, ;Y o E _ o 'cesE wa < 4'" , 2 ' 2" 5 bow" °b 3: ' -,ga 'p z =9' o Ua s 24- h - o M"F as mg `° i ce',2£ gw o ag ? a A -qEP -,g "2 S _ ,g oap -<LL ° W Z E'g F o ,to -a a0 i w, £!o=aI e, zg - o . na <Sgs< g8w = J¢ 6yas.g 3007,-°`,y ' �� §, wm N 8 0 ,gA,:F W= .; s " - • -ap- € ¢a w< sg r _ 5 wo 0 :P] :e moS w,3 n° z k 3. a m w k � " 3 m wn` w= °z -n€g�° x -s ! g V £ i W m ! " i ° !I, 2 i h g . g4 :m w 2I % gs ! ! .° �° 3" ° " a° " o°=£Hg_dad q A o 8„, - b , ;2 2 a S' ; ; ..I z g b _ S . LL - ; s�3m § x _ "� H8 S o WO 2WS 3` 5 1,2 .0 N . o _ Qsa & 2 % 3 4 w< 855 ., 8 38W ° °a 8 x o - 0 l- 8 Lj LLw --O—Z-0 Lt W H U 2 S.a o O w C �7X W H Lu J Lu a- O D m O ¢ U U ' � r i nil . ° 9a C w ga, _ i - r> 45 mx - w a kg m rp �: Ai Y sa 4 to ,--;,--- jjf Pa.._. wa kr , " 1 a MIMS 103 30 NOI1V3180NLM N31.8YM 381 N01AM u3mm 83110.wv 803 18.80 DONN NI men 38 31 lON 38v ONV MAWS N3 30 AL83d08d 3WL 38V N13b311 031v80d803N1 301A835 3vx0155330m AA 0301bed SNOW°ONV SIN3WW3N 35 SLHOW S T'3 NALS n03 esaxa Rd 6 plaIsco03\OOaa OL\loavla.3 6o\v.�WU•sainrs�hsp ea\3lBr'o Lc oL\56Z8 n Md:Lddo+daov\\:xd LOZ/S/c:, Nnnlav -La []:sm [(Z)udlo]OI-CeL-8 d5 S[0]d s LO tZOw0o'1d00LoG3x'scffsW03'vNA-Oa-fl8'ZA3a-O1-33SX'3313-5L-42X By 9L59 35 Bd-15-d5'ex l dd-d5'8d-dd-ds]e•33ax w I 1F no F o ' -r W UO '� 2 W ,' 5T-7e ri J z Z W O Z o� .a ■az _ M ,', ,.'., ¢ W Z F- L' W L, J� W p W Q W w O LL J kiwi > C wayga,o w r 7 F-w_I o x rc o O 2 m ti wa .m s i?)< (/) U y _nm r1R b.0 g 4 3 ' , N ..> »,,l ..111, ♦ .......__ _. t_ a pi ullN9 n0]!0 xp1K�a0xllltl N3lliaM 3x1 lltOxLM iO3roae a3N10 ANV tl0!Wvd ao 310xM Ni 035n 39 Ol lOx Sin Oxv uan5 n0]!0.UL3dOtld 3xl 3W xi3adu O'''"0]m 3]MY35 3m0553lWd Ae a3mwad SN'J930 ONV o _ 6 piaxxtm3\OOb0 01\w�u I]60\c!6-nN saauw5 u6im0 e]\310r_B[9�10�\5629\Mx,Md„ado.eaop\\�d ne al[E Z>utz/f/f []�:sa6ow�a(9f[SWa]]e�l3ax , , , , j , i, F 0 � m & y w , w , p w3 N or �a w ,, ,,, , _ , r„ ,.o 0 o� �w` Li zw d 7,Z W �' _ O Q iv sa 4° sa a w � 1 pb , (>°o T 2 1 e - i � o o i. a a a i I no g.-,`I J v -o w _ z A a z i O J<W W O J 3 a E ww gl w o m i i au ge m 'h' �� > ifi !3 0 0 I ,. god 7 Vw. F m '> :0 ° aw Vii :_o 0 =N < w= •gin a< °> : ,.•,'1 saa a Y v _ T '2LL x / °° 1 D o z Wes ,, ,_ FEE EE a o 0,0.10 i 3 370W s1,x aae.ao < o bo] [sc,�sIam ad3e; o 1F P i„i„, cg „,„ ,.. L„,,,D k:02,, ._, „.,,,, =, w, �o� 3 p �a- l.w p < �„,�_ 4a 0 _ =p w Q s W Z W �a°° •- ` JO ya 3u �mz=a w - , W a ♦ , _-may... .......'�• i” ,a s ° V0;3� m o x m pN :o oh w F- W Q .. L. • .. og o = WWW o�(I W LL m'U • "•‘‘,•••* -”\ W Q 3,,,v,., :: z 3>>J °cents C Q Q d d T..; wFOw Q N U x U' r o A Q ', 'o J ,-, o W , J • o . (7� Z \-- \‘‘,„\\‘‘‘‘‘s„ 1 I 8 I I �o _ Milt' lip I I 3= _ "Li 1 Qz A ZW ttb I Q Da w Zz 0-2000 — U C I 1 S mF L- - -: \ ,.,' m0 a OOHS MO 30 Na,OOKM,/POUR.3N1 3001,1.1.0339.73 OHIO.,m NO3 3303 310 PO.N.ow 38 a.,aN 333 ON,HMOS MOO 30 31.33083 3N1 3..103013 033,00.10ONI 30ub3:3.N0ss330313 AS 030.083 SOO SIC ON, amp as3,,,,,n 0,,o,s,a3 sa\I,3,,,N.»u s ,ov,aq� 3otsss3, o3 0.3.3.31,`,0 ..ssasa.lausln []9460,E No r88,sinol=,31O, rr 1 F c., n e Z— w L' 0 ui wsl d # C �n _ o�a LL Qw o - smnnn - _ o� www sO' .2i ,7-1_,, �� o o==c00000 3 si2P .\ :15-I I.:rs ilk 13. 71 oz y .j rip .4 4, S U E za8o L w om - E - m v CO re : 1- � o „I, o � T T �j / ,,,, ,„it., r l 283 o 3 ; ; ; _ < in z ` J S 2S ° LLaw C r ° ova S (I) 0 p;9 - 2 w 0 o O _ a w_ Z o z = O W n n n n ` Z D 2 2, _ . BSr. gz 0 _ 1 , 2 2 ' G i .., s____]-81 ww, A I r -, m ' -",,..z..'4J All 3 AIL c ',;' n '',: : = I L_ _ G. S HORS 1100 30 NOOM001110.1 N31.0.1 341 100MA 10300111 ONO,NV.O3 Mad 110 310w.NI 035n lB 0110N Stn 0W KOS LOO f0 A1.3.W 311 3W'NOAH 031.0.100NI 301AN.704055330.1.1B am nom SNOI530 0W SINZI 3 2V1,N0.54312,0s0 v iOMX[003\OwJ OL\ioay.xl3 b0\vle WN s»! e0\O 00,12 is L01..., 1LWt J0,, P.J. 1, Ra 5 BSi sLOE/t/5-• []seo 4aa[BCOL-SWO])o'sfl.x , , , , , 11F !.,, . , .. ,, , , , H rif iS : . \ \ ww x� _s r <a 'ej m w Z " \ <N "i\V a 7 a w .1 o n F \ \ r I I N '. \ _ o , L J = aJw6 oLIQM W y z >>J O a W \ EmEw H J 0.0 as \ \ ‘ F —I , ,, \ !\ - z , L _I g.- tom' „ yos ,a MIV1 \\ 3 r� \ d N11X5 X00 f0 rv011tlL5gNlm N3lLMM 3X1 IIIONIIM 1032nd a3Wl[I AHO tlOf IN6d tl0 3 0 035 6.p laxxsoo3\aay3 oL\lea! .!1 6o\plr e.,:.5 ubv.o sa\TOVO B3zc LoL\5629\IWN�kaa id aaw\\�a []v6 u8 I9ceSSNOJ�.c=flax 7-7 ■ 77 1 77 ■ ,. . . . .._,, ag 1 o< Z_1 D V) ..-O'X'X?Arl,zi 0 0 Z w P '< _ -1) 0 w a Ea! aleq'W-4;15 ';P < X 5. 5.5 '2'2X',114e,a. 222, LU 0 , aU4q1.2. W _1 0 g!62'4: 21 u-=I _.1 o ., I A , v 0 I- wo z ...-> 0 O- N ow C 3 w = 1- w h r'l 8 2 T ,n 0 Li i 1/ 1 , - i I ? P 1 2 re' I 2 E i '12' L9 i '> I LO c0 ( 0 — ! .0 sl 5 n12 40 gf,H,i _ „. E E _ g g gg u %i 11 '' I I I k ,!, - k IL 1 A W g 0 1 I 0 5i 5 HMIS I100 10 NouvzaoHinv 11311.3111 inoHim ro3roua.1110 ANV 80J.1.,1 NO TIONIA NI,3sn 38 0110N 3i1V ONV MIMS AGO JO IdA3d011d 3111 32,NI3.11 031.0AIODNI'3..5/VN0155,10tld al 0301A0tld SNOIS30[INV 5111=521,1.15,1431LIO.,0,0 A=1 ,,,, ,,,,,,,,o\,,,,0,,,,, ...0,, ,,o, , ,,een.a. \\,,, Ad ILoot emz//c a litIbLIAVO,a L],..6.■01 [Mu0,10001-000-1,d5 200 id MIZOVIOD lasoLmxsrez-svgan 1.18351Mi 110302 az—ci -o—z—,=1 - o� �- �--- m o = o W � w 0 _ N 41 c 41 W Q �a a I\ F! 1w 01/ I Z i' `_= i = ©� i w ar 43 4D I 0 I ` 5 i 1,-(, g=_ II U (NaN,^_o,_ll s,_. ci LU 0 m< 41 w I ■ 41 I pg ! -w a 41 iik,41 r a Wa C a a I J, V I z.4) a Q L.__ r a o J w az—c=3 a-z—o LL. az_=, tt, I= I LL' i 41 41 41 i 4 ! 41 -, al' . 41 ! � i I LL= z t w a 41 41 I6J'' I I _ W WW Iz �, i 41 ! °W�(, I ! j 41 oo:w � ��x I I w = ELL, ,Wm I I U) i -C.—Z-0 — — — — — — — — — — J r - - - - –� k 41 -..rz, 41 41 ! 0 41 ! o 41 41 U i F = - I ° a" F ,a J Y I � a I K' I Sa � z a , w F a o § 41 • �= jg i � a ra I � 41 I m —8R 41 = L —; 41 I i a5 ■ma= L L < L lw o ---------------------------- a r i �I, J 0 O U N °k� Z = Z g,,,,$3 v O O 8 O � z 0 W z � fi C Y i z - Q N 6 A x d E 6 o O O ' 0 O 21 d r U O U 4 W 'CIO'i w W i Y w a- o Y g I F z ' 'z !0EP w 2 L, r O a <12) x <•r °,‹, : n w � „w - c€ 0000 L., w = furs.3 30 N01VL1210141.11Y N31121M 311 201.11M 103rotld 83110 ANV 2103 awe 80 310NM NI 03511 3e 0110N 3NY ONi 1-11 NS 110]30 AL83d021e 31.11.3W'NI3N31.1 031v210./00N1 33.1E TMOi.3708d AB 030.Wd SM31530 MI P e1MOLO3\a0v]Ot\loal,aai3 221\H'�rvN aaauac5 u5iaaa ea\31ev]1a SLO3\56ZH\03 Ma -,a w,..∎. 03/e/f U'.a.mwl [(1)uo�,toaol-0tL-sL dSeH103eL'swl3 3 70031x3%Hcntsna l�s_0■ 77 77 77 I I 1F f 2 o , U w , r az—D " W coo �� = 06 aw s o, o. u ~ �� 1 w 1 �: L---yJ U U U L Ni F z o—z� x — — — — — — — — — 7', 0 m w-1 ® o Oo Oo 00 41 aCe Z1 o O 8o .® ` Z O ` O w • I " a W w � a Fwo wo F w � x s 1 U_ W W W < • 1 - I w f7 w VJ i w n z w (n z J J _ o ° a 1 O r o I /2 I. m � aM WN 141 Ia Z. a a P. o � W �= 1°h' 1 l' 1 IT 0 ! -o—z—:=1-o—z—:=1 I II 1 62 m U - r - - - — - - — — � 1 41 41 I 1��i o°WW I 1 1 � LL<2 ,J~W 1 , o J Q I J I 1 0 1 I a , I � � of 7 W CO I I o—Z� o 0 < O U 4q-' j iw f ■1 10 I 60 I '� LL> c ,aZ. I 41 0 I < .Li! ■ ` g ,11►'; i i 1 41 401E ;i i w i 1 1 < ®1 L--= --------4�----_----©_-----_J (NOLLtlN NCJ tlC3 v'l-3.33H5 335L "Chi bi 1 nHOI W C I Ir. I z—� A 8 0,,41 i. i �= 411, 1 ' gg , I ' , a 4 J a z� — --a(1> i y o 3 k� U ° v 41� 2- I I P io :. 3 - oa 1 1 1 a a\ '^ 1 s � ,i 41 i 1 41 k�i'w, n . 0 0 1 L'' °-:''' i ol g ! 1 40 i n >og 1 w i 41 41 . z 1 41 _ I I !- • W W I L. 1 I - w �-- ---------------� - 00000 ; N11115 NOD 3o NOARtloH1fr.NU NI 3H.1N0H..rotltl 413141.0.N,tlo3 ltl.tl NO PONM NI 23=N 3U 0110N 3NV ON,NUN=NOD JO A113tl0.314,3W N3d3111:13.210.07N1 30.413=„NP=,37011,.N 03000tla=NDSX aN .a�e 02/1,."11 �,'.,am. a=,,,3 I,mmy ,,aa„0.3.(2)...”01 9�:,�,1.s ado 33. a�s�:�swa_,°:,341. 77 V7 77 ■ 1F cc crL'',. . 2 wg2 '3 5z1DN 'i'''''; •Z •,' 2.-' ...' ! o 0_ c.,1—o Lu 17 _,7, Lu 0 CL 2 L8 O H ,1 8 d w Lj ■'' --'HC U-I 0< z >E! Fle, 2 ai LLI 71 H al_J c-9'8 T U) 0 .....,›_.—. '3 ) 1 -, ° 4 1 c 1 , , ---•-4 2 , — — . . , / .c s. r , ....., ,,,,, 5:▪ I L,. . , .5m. „,,,, _4.. ....,..._, ..,..._ , ..,,, ,... _.,..., ° \ '' 5 0 0_ 8 L3 m i "-- '--. , ‘s. - "=,..,I :,e .= 2 --'- Eg 1 il°A ' ' , \ 'cl a- ,11 ig , i tv.,,,,.......‘.... .........„‘„,, - s ‘"`""`"`"'‘```‘‘—‘`‘"`‘, .. ..s.. . ‘ :: ::::... '■'‘‘‘ss'‘‘'`' '`'``` ` ‘ -,‘,-..C'":".':`: ■:',', ‘ 1 . 1 i 1 - z i b PIENS HEM JO NO OVERIONIVIV N3LLIHM 3HL LOOHOV 133VOtld H3HLO H07 d HO 31OHN1 NI assn 38 01 ION MN ONI HD.1100 a0 VLH3d021d OHL 3U0 NI3H3H 031.10dHOONI 301/.35 IVNOISSadObd AB 030A08.7 sasissa ONV SIN3,,113..11000,s.35.,3,110,,,swnosa wo.,3s,o,n3za ONN vdo,,0Aeovo 0 Odovvv.H HO,H-NN Room a,u6gea0 Hp\riNvH-HL5,0\5Hyg\dvv vd VdoNdHop\\ud vor ss as a],on/s/s a,La. lasztadava 33 [j HVHHVNI ildO3 003X(2).H1H.094 vl.as ass 3d'303C5#00 3V1-08-A333.2033 a d3H8 0313 as-32.OX 15 d5 ed is d5 ex ad ds ad dd ds]Hd.X 77 ■ 77 ■ 77 I '::, , ,■. 0 Z'▪ 2 T.' 9 P P C) _ . CD =' ▪ _ ,▪ ; s) 1.01 !. z 0 f Lot '—' z 6 6 • < ,?, •_2 3 :r 0 6 o .® zi g 9 2,-9 92 9:2 '12' LLI W 9 •i . . Y Z . P ..c <a_ .. 11 !Pt 'PE; F.• ..; ,.; .- 1 0 0 ', En L°7: ,z oorn ,,,,2 ,c,_ '-- "--- " -- ,„; • = 1.°1 .1 Z oe .: Z 0 .71° , E z 0 . _ N r, . ,V 00000 _1< L, (/)'i I, CD i L...1 U)z ,.■ U); g M F 'I' 2 3 '-,- 8R 3 R h 2 0 I- gg 7,7 5 0 Lu IL, ftl 0< 1 0_ WAIIIMIW/ U § 2 LCICj L' 1 1 z e.1 E ! L'Il f L'j Lli, 4110 El !,!,,,, 11 , V=z z 0 .u `', / 40 40 I 6 k E i , 40 0 - . K.\\. 0 99 99 91 '222 92 :7•= ETII ' 8 - =1_ q 15 1 doll / 9 : ,q-7 E ii.A.i / N, • Fi•- .-.- E.,'■ g g :6,g„ il' rz„a,k 9 9. •• :, Inli -°, •,' 9 9 • g , / „ _ . . ... . . . _ 5 1 ,'3 NUNS NW JO NOI1VZ180111.11V N31.1121/4 OHL in.,*103OONd 113141.0 MO,10.3 ltlVd.110110A NI'cnsn 38 01 ION MY awe NEVIS KO JO.113..3111 321V N113,1311 031.0‘180ONI I301.13S tINOISSDONs1 AB 0301.Nd 5.1530 ONV 5113M35s3,11,16,8,4371I,LOACIosgrol,3! 6Npoodoor,u\oNNN oNoaupa,3 ZA raz,ry saw.,oblcao,0,-ogyo-NL5,,,Nog,,,NN-Addelo.loopVs.No NV NS BO Ol NOZ/V/C NNN1 ...ONO,a PN,.1 L]NNNoLol [(2)3003301-091-35 d5 555 Sd 1.1130l003%V is as ea-_s-as go ad as ed ad A• ta-snao 5151-0N-faIN'0035-at-J050.0010-E11-1355]3o.555 77 ■ 77 1 77 1 1 1F ;n62 gall ! E '2' z _,z 'E,7L,I.i.P VlIA'i H q E< • w6-6 T8,4g,' ps " c.)LT- 60 z ... . z ..,J Z L' ] 152 L ,.. M 0 M W 0 :..,t_...] t 6 r, 2.7 . .. , N g g — IN i 0' 'i''',' ,' ' ''''' ' • '''' 3' if:------' g,f• ,. S,...,>0_ 0•---, Lu LL 00 < Cl) 0 w : & , 6 g t . , <' e-1:. C''''''..."''''' i -• ' ,-''' •---- ''' .-1 „ 3 „,-•• ,v•--- .,• r, • i ' ' P , 2169 0 5 130315 KJ 30 NO1101230010.11V 31310.1 3311 110111.10330N3 03111.0 3..NO3.333.NO 3101.NI msn 30 01 10N MY ONV N1.1133 ROO 30 A10.0313 3.333/.1030311 1331.0300W.331.33 701401333308/3 331 030A0133 310530 OW 3110M1SLI3ow134,111=43,50 3.13,01 0102/0/0 1., .13131.11.Cl P..1301 t]11.1. Isctrsvia31 113383 77 1 77 , 77 ■ I it F :72,,.,.. .., w3 �U 3 ° SIT= =` W w ;N2'y3 -p ° - 5 p Wao Wul Li, w< n w Lu O C N M O 2 zz J Z o n J Q 0 ,, O U w�53� I � 1 a z 3! 3 _0 U r ao J W Z W W w o LL Q W oo O 2 W w D CC = in F in J p J 2 a' Q co U aZ—O a ' w #§Ro ei LL _._ is wa .. e _ gg __.. ____. ____.. s g 3 g OE w a , o _1 i —° W 1. 5 KIM Na,,o NounnioHin,N3111.,,1110,1.ll3r0.1 HMO ANY eo,LIM NO 310101 NI,a_n 3e 0110N 31A,OR,1,1,15 MO0/0 A1.83a0Gd,,3.,I3,13N e13S 1,O„ \=�a\m,M':w P\\; NY Ca=,a,„02/9/C w,..o.,3. iF A ,-, 0 w F, a"W 0) J Z .g E U� Lu J¢ WU rnLL 00 p_Z zo .p 0 m z 0 Z o. oz zo CO I J J o w W ELL c3 0 Ca w �p// x r </ wpm d o N w/mow \ z o 0 w J FL J LI¢W " J U Li,-_ spg sax = Ww N U w W i O FU o L',06 wi w oc nw. 0-6 < w p8; =U Ui ! aZ--4=7 !, g'.4 PO 1 r1 d `!U ! : t,.g, C _. 2w w ......... ai.i 3 . and z G,,„ , a =a 5 L e� g;_ ''. a Z° na g&A3 z ¢._ r, im Em 2 W 3 N 5 81,15 IWO.NO11n1e018..N1311.1..1 LOOK.ll3rodd 838LO AV NO]ar.d NO 1/101.NI rm.3e 01 ION MI OW XyIIs 1/100,o N.1113,08d 381 321Y NI3838 031.0.0.,3.8351,«=53,0.1.a 0301/08a storm OW SINE1=38Llow x o.a 77 1 77 ■ 77 ■ 77 - wo . „„ I 1 Lzp .„, ! .,., EL', .,,t.„2, " . 12-I ,) ?r,hc: prq ,9 Ej L;T: EVLe WAg 1 ,, (i) q,',Y,A gEda ,LZ iI iL,' Z _ _,Z • fiNi Alq6S 2 33 32 <0 LU 0 17- )4 :22aAfi 11 L :,11. E< w C.) C_)Z ' W 0 ' st ■==.--Z—.= a 9 z< t0 i= =, o w L..,, . o . , 1 --.: : g : 2 . 3 . : •i : .... 5 0 1- •A ui Lu J 0 , „': 0< P,-,,2 Ld,1 , : n . i-th-in cl 8 L-1 22 ..„. : . . % ., _ § a i q C IV P.E.: g g rn egMZg •-.i : 6 i ._ : " 7 a_'s Y, .A , . _ '::i • 2:`,",<•,i., _ 1 i 5 NINS MOO JO NOLLWISONIRI NMI..3N1 NON.loroda S31110 ANY 80.i 1.11Yd SO 310.%NI,usn 3E 01.N 321,1 ONY NLIIIS Pl..10 AlS3s10.1 3N1 31:1Y'Nat.031.0‘180.1 101,S35 IVNOISS3f0del a 030InOdd SNOISXI ow sum7238.141.00,:survnoso AZI2t1 AY Gt9111 I109/On.....t 0663000.43 P•Ao.MI Um. Ls.rsmool.n. W 1j !: Q O 2: b�T, 0 p. - z o m l'ee a E<°go i , r. - " ' Inl O/ J H n _a 2 - .° J cool LA i! , . mai_• mbio• a c7Y'.x,, ii 4 L, 5_,,,, F,g1 w.0 i ry \\\ \\ o O.J, ,T„ ,::- R.: LT, n1 '.: ! 'L- 0 ,_ s€ � . . z m p .w d g' = oLLm _, H a L go 3 awF.e 2 - oG a n° h S i'aam o, wog = o° �-- a LLB°° 12 8 7 libalintsraa !03 p L a o 0 0 W s I `\\\\ -' _ to 11 v e/s LSs o W 0 W %II[[010�. = w= II OW \\\\ W U Z �i!Q Q G' P x J O° F- w =p W v may° °2m 1111111 z w Q _ l<a "° N F w J, _,0 2 W U 0 0 i aJ.__— _-jil y H • a _° o _ J - a F¢ " ill d w g !T,-.1 } + t_ A w gi iI > �g 13_ . _ - ° go £ m o O ° " 0 r woo �_,, r, --i-r- =�o - ;;: =IN � w 3. a a !:!<U°o % s=n_i O , 2 J •LLI °�m,LL Ili 01 o 0 w ?21 a, do :e .g2E 4 V 1 o,3 mI a3° - o SO� Diu., z EP... = L a J n4 Q a w A6 2 " 4 �n W 8,7 8 m I as s o 22,j EE?2,3 111 J o�gg lik N1111 = m=E U`W e° _� O ( a g=<g Lz lik z ti 3 �� < ��� iA a< a i ., p��e a�Ls zs a9=nn. 11F Co -.: County SRO Wellfield MV Cable Replacement Specifications Bid Set February 2014 Prepared by: DM Smith 2180 West First Street, Suite 400 Fort Myers,FL 33901 Phone: (239)938-9600 11F THIS PAGE INTENTIONALLY LEFT BLANK ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 TABLE OF CONTENTS 1 1F DIVISION 00 BIDDING AND CONTRACT REQUIREMENTS(BY COUNTY) DIVISION 01 GENERAL REQUIREMENTS 01005 General Requirements 01010 Summary of Work 01025 Measurement and Payment 01027 Applications for Payment 01035 Change Order Procedures 01038 Requests for Information 01040 Project Coordination 01045 Cutting, Coring, and Patching 01050 Field Engineering 01095 References 01100 Special Project Procedures 01110 Environmental Protection Procedures 01170 Additional Project Provisions 01200 Project Meetings 01300 Submittals 01310 Progress Schedules 01370 Schedule of Values 01380 Audio Video Taping 01390 Construction Photographs 01400 Contractor Quality Control 01505 Mobilization 01570 Traffic Regulation 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Warranties and Bonds DIVISION 02 CIVIL AND SITE WORK 02050 Demolitions and Modifications 02200 Excavation,Trenching,Backfilling, and Compaction 02605 Precast Concrete Manholes and Structures 02900 Surface Restoration and Sodding DIVISION 03 CONCRETE (REFER TO S-DRAWINGS) DIVISION 04 MASONRY(NOT USED) DIVISION 05 METALS(NOT USED) DIVISION 06 WOOD AND PLASTICS(NOT USED) SRO Wellfield MV Cable Replacement Table of Contents Collier County TOC-i hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 DIVISION 07 ROOFING(NOT USED) DIVISION 08 DOORS AND WINDOWS(NOT USED) DIVISION 09 FINISHES(NOT USED) DIVISION 10 ARCHITECTURAL(NOT USED) DIVISION 11 EQUIPMENT(NOT USED) DIVISION 12 FURNISHINGS(NOT USED) DIVISION 13 SPECIAL CONSTRUCTION(NOT USED) DIVISION 14 CONVEYING SYSTEMS(NOT USED) DIVISION 15 MECHANICAL(NOT USED) DIVISION 16 ELECTRICAL 16000 Electrical—General Provisions 16015 Power System Study 16110 Raceways, Boxes, Fittings and Supports 16120 600V Wires and Cables 16121 Medium Voltage Cables 16191 Miscellaneous Equipment 16350 Medium Voltage Switchgear Maintenance 16411 Pre-Purchase Unit Substation Installation 16431 Pad Mounted Transformers 16600 Underground Systems 16660 Grounding System 16900 Concrete Electrical Duct Encasement 16950 Electrical System Testing and Settings APPENDIX 16410 Pre-Purchase Medium Voltage Unit Substations SRO Wellfield MV Cable Replacement Table of Contents Collier County TOC-ii 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01005 GENERAL REQUIREMENTS PART I -GENERAL 1.01 SCOPE AND INTENT A. Description 1. The work to be done consists of the furnishing of all labor,materials and equipment, and the performance of all work included in this Contract. The summary of the work is presented in Section 01010. B. Work Included 1. The CONTRACTOR shall furnish all labor, superintendence, quality control,materials, power, light, heat, fuel,water,tools, appliances,equipment, supplies,and other means of construction necessary or proper for performing and completing the work. He shall obtain and pay for all required permits. He shall perform and complete the work in the manner best calculated to promote rapid construction consistent with safety of life and property and to the satisfaction of the OWNER, and in strict accordance with the Contract Documents. The CONTRACTOR shall clean up the work and maintain it during and after construction,until accepted,and shall do all work and pay all costs incidental thereto. He shall repair or restore all structures and property that may be damaged or disturbed during performance of the work at his own cost,risk, and as approved by the ENGINEER. 2. The cost of incidental work described in these General Requirements, for which there are no specific Contract Items, shall be considered as part of the general cost of doing the work and shall be included in the prices for the various Contract Items. No additional payment will be made therefore. 3. The CONTRACTOR shall provide and maintain such modern plant,tools, and equipment as may be necessary, at the direction of the ENGINEER,to perform in a satisfactory and acceptable manner all the work required by this Contract. Only equipment of established reputation and proven efficiency shall be used. The CONTRACTOR shall be solely responsible for the adequacy of his workmanship,materials and equipment,prior approval of the ENGINEER notwithstanding. 4. The CONTRACTOR shall remove, demolish and dispose of all equipment,piping, asphalt, rock and appurtenances as shown on the Drawings and required to complete the work. No additional payment will be made for additional demolition or disposal work, not specifically specified on the plans as required,to complete the work. 5. The CONTRACTOR shall perform all work in accordance with applicable local,state, and federal codes and regulations. C. Public Utility Installations and Structures 1. Public utility installations and structures shall be understood to include all poles,tracks, pipes, wires,conduits,vaults, manholes,and all other appurtenances and facilities pertaining thereto whether owned or controlled by the OWNER,other governmental bodies or privately owned, used to provide gas,electricity,telephone, sewerage,drainage, water or other public or private property which may be affected by the work shall be deemed included hereunder. SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. The Contract Documents contain data relative to existing public or private utility installations and structures above and below the ground surface. These data are not guaranteed as to their completeness or accuracy and it is the responsibility of the CONTRACTOR to make his own investigations to inform himself fully of the character,condition and extent of all such installations and structures as may be encountered and as may affect the construction operations. 3. The CONTRACTOR shall protect all public or private utility installations and structures from damage during the work. Access across any buried installation or structure shall be made only in such locations and by means approved by the Utility Owner. The CONTRACTOR shall so arrange his operations as to avoid any damage to these facilities. All required protective devices and construction shall be provided by the CONTRACTOR at his expense. All existing utilities damaged by the CONTRACTOR which are shown on the Plans or have been located in the field by the utility shall be repaired by the CONTRACTOR,at his expense, as directed by the Utility Owner. No separate payment shall be made for such protection or repairs to public utility installations or structures. 4. Public utility installations or structures owned or controlled by the OWNER or other governmental body which are shown on the Plans to be removed, relocated,replaced or rebuilt by the CONTRACTOR shall be considered as a part of the general cost of doing the work and shall be included in the prices bid for the various contract items.No separate payment shall be made therefor. 5. Where public utility installations or structures owned or controlled by the OWNER or other governmental body are encountered during the course of the work,and are not indicated on the Plans or in the Specifications or have been located in the field by the utility,and when,at the direction of the ENGINEER, removal, relocation,replacement or rebuilding is necessary to complete the work under this Contract, such work shall be accomplished by the utility having jurisdiction, or such work may be approved, in writing by the ENGINEER, for the CONTRACTOR to accomplish. If such work is accomplished by the utility having jurisdiction it will be carried out expeditiously and the CONTRACTOR shall give full cooperation to permit the utility to complete the removal, relocation, replacement or rebuilding as required. If such work is accomplished by the CONTRACTOR,it will be in accordance with the General Conditions. Damage to any utilities,whether shown on the Drawings or not,which,in the opinion of the OWNER, is caused by carelessness on the part of the CONTRACTOR shall be repaired at the CONTRACTOR's expense.Any delays ensuing from this damage will be considered inexcusable. 6. All OWNER and other governmental utility departments and other owners of public utilities which may be affected by the work will be informed in writing by the CONTRACTOR within two weeks after the execution of the Contract or Contracts covering the work. Such notice will set out, in general,and direct attention to the responsibilities of the OWNER and other governmental utility departments and other owners of public utilities for such installations and structures as may be affected by the work and will be accompanied by one set of Plans and Specifications covering the work under such Contract or Contracts. 7. In addition to the general notice given,the CONTRACTOR shall give written notice to OWNER and other governmental utility departments and other owners of public utilities of the location of his proposed construction operations,at least one(1)week in advance of breaking ground in any area or on any unit of the work. This can be accomplished by making the appropriate contact with the "Underground Utility Notification Center for Excavators (Call Sunshine)." SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 -2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 8. The maintenance,repair, removal,relocation or rebuilding of public utility installations and structures,when accomplished by the CONTRACTOR as herein provided, shall be done by methods approved by the Utility Owner at no additional cost. 1.02 PLANS AND SPECIFICATIONS A. Plans 1. The Plans referred to in the Contract Documents bear the general project name and number as shown in the Notice to Bidders(Advertisement). 2. When obtaining data and information from the Plans, figures shall be used in preference to scaled dimensions,and large scale drawings in preference to small scale drawings. B. Copies Furnished to CONTRACTOR 1. After the Contract has been executed,the CONTRACTOR will be furnished with five sets of contract documents. Additional copies of the Plans and Specifications, when requested, may be furnished to the CONTRACTOR at cost of production. 2. The CONTRACTOR shall furnish each of the subcontractors,manufacturers, and material suppliers such copies of the Contract Documents as may be required for their work. C. Supplementary Drawings 1. When, in the opinion of the ENGINEER, it becomes necessary to explain more fully the work to be done or to illustrate the work further or to show any changes which may be required, drawings known as Supplementary Drawings,with specifications pertaining thereto, will be prepared by the ENGINEER and five paper prints thereof will be given to the CONTRACTOR. D. CONTRACTOR to Check Plans and Data 1. CONTRACTOR shall verify all dimensions,quantities and details shown on the Plans, Supplementary Drawings, Schedules, Specifications or other data received from the ENGINEER,and shall notify him of all errors, omissions, conflicts,and discrepancies found therein as soon as found and in a timely manner. CONTRACTOR shall get his own geotechnical information if he/she deems it necessary. Failure to discover or correct errors, conflicts or discrepancies shall not relieve the CONTRACTOR of full responsibility for unsatisfactory work, faulty construction or improper operation resulting therefrom nor from rectifying such conditions at his own expense. He will not be allowed to take advantage of any errors or omissions, as full instructions will be furnished by the ENGINEER, should such errors or omissions be discovered. All schedules are given for the convenience of the ENGINEER and the CONTRACTOR and are not guaranteed to be complete or final. The CONTRACTOR shall assume all responsibility for the making of estimates of the size,kind, and quality of materials and equipment included in work to be done under the Contract. 1.03 MATERIALS AND EQUIPMENT A. Manufacturers 1. No manufacturer will be approved for any materials to be furnished under this Contract unless he shall be of good reputation and have a plant of ample capacity. He shall,upon the request of the ENGINEER, be required to submit evidence that he has manufactured a similar product to the one specified and that it has been previously used for a like purpose for a sufficient length of time to demonstrate its satisfactory performance. SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 -3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. All communications with the manufacturers or subcontractors shall be through the CONTRACTOR, unless the CONTRACTOR shall request, in writing to the ENGINEER, that the MANUFACTURER or subcontractor deal directly with the ENGINEER. Any such communications shall not in any way release the CONTRACTOR from his full responsibility under this Contract. 3. Any two or more pieces of material or equipment of the same kind,type or classification, and being used for identical types of service, shall be made by the same manufacturer. B. Delivery, Storage and Handling 1. The CONTRACTOR shall deliver materials in ample quantities to insure the most speedy and uninterrupted progress of the work so as to complete the work within the allotted time. The CONTRACTOR shall also coordinate deliveries in order to avoid delay in,or impediment of, the progress of the work of any other contractor, subcontractor or the OWNER. 2. The CONTRACTOR shall deliver materials and equipment in MANUFACTURER'S original unopened and undamaged containers with legible labeling. Materials and equipment shall be stored in such a manner as to prevent damage from environment and construction operations. Handling shall be in accordance with MANUFACTURER's requirements. 3. The CONTRACTOR shall store materials and equipment in onsite locations designated by the OWNER. Materials and equipment shall be stored in such a manner as to prevent damage from environment and construction operations. Handling shall be in accordance with Manufacturer's requirements. C. Tools and Accessories 1. CONTRACTOR shall have the MANUFACTURER,unless otherwise stated in the Contract Documents, furnish with each type,kind or size of equipment, one complete set of suitably marked high grade special tools and appliances which may be needed to adjust, operate, maintain or repair the equipment. Special tools are defined as any tools specifically manufactured for use with the MANUFACTURER's equipment. Such tools and appliances shall be furnished in approved painted steel cases,properly labeled and equipped with good grade cylinder locks and duplicate keys. 2. Spare parts shall be furnished by the CONTRACTOR when specified in individual specification sections. 3. Each piece of equipment shall be provided with a substantial nameplate, securely fastened in place and clearly inscribed with the MANUFACTURER's name,year of manufacture, serial number,weight and principal rating data. D. Installation of Equipment 1. The CONTRACTOR shall have on hand proper equipment and machinery of ample capacity to facilitate the work and to handle all emergencies normally encountered in work of this character. 2. Equipment shall be erected in a neat and workmanlike manner on the foundations at the locations and elevations shown on the Plans,unless approved otherwise by the ENGINEER during installation. All equipment shall be correctly aligned, leveled and adjusted for satisfactory operation and shall be installed so that proper and necessary connections can be made readily between the various units. 3. The CONTRACTOR shall furnish, install and protect all necessary anchor and attachment bolts and all other appurtenances needed for the installation of the devices included in the equipment specified. Anchor bolts shall be as approved by the ENGINEER and made of SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 -4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 ample size and strength for the purpose intended. Substantial templates and working drawings for installation shall be furnished. 4. The CONTRACTOR shall, at his own expense, furnish all materials and labor for, and shall properly bed in non-shrink grout, each piece of equipment on its supporting base that rests on masonry foundations. Grout shall completely fill the space between the equipment base and the foundation. All metal surfaces coming in contact with concrete or grout shall be coated with bitumastic paint. E. Service of MANUFACTURER's Engineer 1. The Contract prices for materials and equipment furnished under this Contract shall include the cost of furnishing a competent and experienced Engineer or Superintendent(as required by equipment specifications sections)who shall represent the MANUFACTURER and shall assist the CONTRACTOR,when required,to install,adjust,test and place in operation the equipment in conformity with the Contract Documents. The OWNER shall be responsible for costs for services by MANUFACTURER's representatives for equipment pre-purchased by OWNER. Prior to placing the equipment in operation,such Engineer or Superintendent shall make all adjustments and tests required and specified by the ENGINEER to prove that such equipment is properly installed and in satisfactory operating condition,and shall instruct such personnel as may be designated by the OWNER in the proper operation and maintenance of such equipment. 1.04 INSPECTION AND TESTING A. General 1. Inspection and testing of materials will be performed by the CONTRACTOR unless otherwise specified. 2. For tests specified to be made by the CONTRACTOR,the testing personnel shall make the necessary inspections and tests and the reports thereof shall be in such form as will facilitate checking to determine compliance with the Contract Documents. Six(6) copies of the reports shall be submitted and authoritative certification thereof must be furnished to the ENGINEER as a prerequisite for the acceptance of any material or equipment. 3. If, in the making of any test of any material or equipment, it is ascertained by the ENGINEER that the material or equipment does not comply with the Contract,the CONTRACTOR will be notified thereof and he will be directed to refrain from delivering said material or equip- ment, or to remove it promptly from the site or from the work and replace it with acceptable material,without cost to the OWNER. 4. Tests of electrical and mechanical equipment and appliances shall be conducted in accordance with recognized test codes of the ANSI,ASME,or the IEEE,or as stated herein. The most stringent test will be used in case of any discrepancy. 5. The CONTRACTOR shall be fully responsible for the proper operation of equipment during tests and instruction periods and shall neither have nor make any claim for damage which may occur to equipment prior to the time when the OWNER formally takes over the operation thereof. B. Costs I. The costs of inspection and testing of materials furnished under this Contract shall be borne by the CONTRACTOR,unless otherwise expressly specified. SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 - 5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. The cost of shop and field tests of equipment and of certain other tests specifically called for in the Contract Documents shall be borne by the CONTRACTOR and such costs shall be deemed to be included in the Contract price. 3. Materials and equipment submitted by the CONTRACTOR as the equivalent to those specifically named in the Contract may be tested by the ENGINEER for compliance. The CONTRACTOR shall reimburse the OWNER for the expenditures incurred in making such tests on materials and equipment which are rejected for non-compliance. C. Preliminary Field Tests of Equipment 1. As soon as conditions permit,the CONTRACTOR shall furnish all labor, materials, and instruments and shall make preliminary field tests of equipment. If the preliminary field tests disclose any equipment furnished under this Contract which does not comply with the requirements of the Contract Documents,the CONTRACTOR shall,prior to the acceptance tests,make all changes, adjustments and replacements required. The furnishing CONTRACTOR shall assist in the preliminary field tests as applicable. D. Final Field Tests 1. Upon completion of the work and prior to final payment, all equipment and piping installed under this Contract shall be subjected to acceptance tests as specified or required to prove compliance with the Contract Documents. 2. The CONTRACTOR shall furnish labor,fuel, energy,water and all other materials, equipment and instruments necessary for all acceptance tests,at no additional cost to the OWNER. The Furnishing Supplier shall assist in the final field tests as applicable. , 1.05 TEMPORARY STRUCTURES A. Responsibility for Temporary Structures 1. In accepting the Contract,the CONTRACTOR assumes full responsibility for the sufficiency and safety of all temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER,ENGINEER, and ENGINEER's Sub-consultants from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provisions. B. Temporary Fences 1. If,during the course of the work, it is necessary to remove or disturb any fence or part thereof,the CONTRACTOR shall,at his own expense, if so approved by the ENGINEER, provide a suitable temporary fence which shall be maintained until the permanent fence is replaced at the CONTRACTOR'S cost and risk. The ENGINEER shall approve the material to replace the permanent fence. 1.06 SAFETY A. Accident Prevention 1. The CONTRACTOR shall be solely responsible for the condition of the project site, including safety of all persons and property during performance of the Work in accordance with the General Conditions,Construction Agreement,General Terms and Conditions Exhibit H. Precautions shall be exercised at all times for the protection of person and property. The safety provisions of applicable laws,building and construction codes shall be SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 -6 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 observed. The CONTRACTOR shall comply with the U.S.Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970(PL 91-596), and under Section 107 of the contract Work Hours and Safety Standards Act(PL-54),except where state and local safety standards exceed the federal requirements and except where state safety standards have been approved by the Secretary of Labor in accordance with provisions of the Occupational Safety and Health Act, shall be complied with. B. First Aid 1. The CONTRACTOR shall keep upon the site, at each location where work is in progress, a completely equipped first aid kit and shall provide ready access thereto at all times when people are employed on the work. C. Security Badges 1. All Employees of the CONTACTOR shall obtain a Facilities Contractor badge from Collier County Facilities Management. Such Facilities Contractor badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day. Collier County Facilities Management 3335 Tamiami Trail East, Suite 101 Naples, FL 34112-5356 D. Site Access 1. OWNER shall furnish to the CONTRACTOR cyber keys for accessing the site through the site gate and for accessing the electrical building. The CONTRACTOR shall be responsible for furnishing access to the site to all Subcontractors. The cyber keys shall be the only means by which the CONTRACTOR shall access the site(i.e.No temporary access point to the site may be created.) The CONTRACTOR will be responsible to have the cyber keys reprogrammed every three weeks. 1.07 LINES AND GRADES A. Grade 1. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Plans, or as approved by the ENGINEER. The full responsibility for keeping alignment and grade shall rest upon the CONTRACTOR. 2. See Drawings and Section 01050 for professional field survey requirements to be provided by the CONTRACTOR. All field survey shall be provided in accordance with the minimum professional survey standards as specified in Section 01050. B. Safeguarding Marks 1. The CONTRACTOR shall safeguard all points, stakes,grade marks, monuments and bench marks made or established on the work,bear the cost of reestablishing them if disturbed, and bear the entire expense of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes and marks. 2. The CONTRACTOR shall safeguard all existing and known property corners, monuments and marks adjacent to but not related to the work and, if required, shall bear the cost of reestablishing them if disturbed or destroyed. SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 -7 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.08 ADJACENT STRUCTURES AND LANDSCAPING A. Responsibility 1. The CONTRACTOR shall also be entirely responsible and liable for all damage or injury as a result of his operations to all other adjacent public and private property, structures of any kind and appurtenances thereto met with during the progress of the work,except as specifically described in the Plans and Specifications. The cost of protection,replacement in their original locations and conditions or payment of damages for injuries to such adjacent public and private property and structures affected by the work, whether or not shown on the Plans, and the removal,relocation and reconstruction of such items called for on the Plans or specified shall be included in the various Contract Items and no separate payments will be made therefor. Where such public and private property, structures of any kind and appurte- nances thereto are not shown on the Plans and when, in the opinion to avoid interference with the work, payment therefor will be made as provided for in the General Conditions. 2. CONTRACTOR is expressly advised that the protection of buildings, structures,tunnels, tanks, pipelines, etc. and related work adjacent and in the vicinity of his operations,wherever they may be, is solely his responsibility. Conditional inspection of buildings or structures in the immediate vicinity of the project which may reasonably be expected to be affected by the Work shall be performed by and be the responsibility of the CONTRACTOR. 3. CONTRACTOR shall,before starting operations, make an examination of the interior and exterior of the adjacent structures,buildings,facilities,etc.,and record by notes, measurements, photographs,etc.,conditions which might be aggravated by open excavation and construction. Repairs or replacement of all conditions disturbed by the construction shall be made to the satisfaction of the OWNER and/or ENGINEER. This does not preclude the CONTRACTOR of conforming to the requirements of the insurance underwriters. Copies of surveys,photographs,reports,etc., shall be submitted to the ENGINEER for information. 4. Prior to the beginning of any excavations,the CONTRACTOR shall advise the ENGINEER of all buildings or structures on which he intends to perform work or which performance of the project work will affect. B. Protection of Trees 1. All trees and shrubs within the limits of clearing which are to be preserved(as shown on the Drawings) shall be adequately protected by the CONTRACTOR in accordance with Collier County or City of Naples regulations. No excavated materials shall be placed within the dripline of any tree or shrub, so as to injure such trees or shrubs. Trees or shrubs destroyed by negligence of the CONTRACTOR or his employees shall be replaced in accordance with Collier County or City of Naples regulations by him with new stock of similar size and age, at proper season and at the sole expense of the CONTRACTOR, and maintained until established. C. Restoration of Fences 1. Unless otherwise shown on the Drawings, any fence,or part thereof,that is damaged or removed during the course of the work shall be replaced or repaired by the CONTRACTOR and shall be left in as good a condition as before the starting of the work. The manner in which the fence is repaired or replaced and the materials used in such work shall be subject to the approval of the ENGINEER. The cost of all labor,materials,equipment, and work for the replacement or repair of any fence shall be deemed included in the appropriate Contract Item or items, or if no specific Item is provided therefore, as part of the overhead cost of the work, SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 - 8 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 ilF and no additional payment will be made therefore. Private fences removed from within the Right-of-Way shall be replaced as described above at the Right-of-Way line. 1.09 PROTECTION OF WORK AND PUBLIC A. Barriers and Lights 1. During the prosecution of the work,the CONTRACTOR shall put up and maintain at all times such barriers and lights as will effectually prevent accidents. The CONTRACTOR shall provide suitable barricades,lights, "danger" or"caution" signs at all places where the work causes obstructions or constitutes in any way a hazard to the plant personnel in accordance with state and local requirements. B. Smoke Prevention 1. A strict compliance with ordinances regulating the production and emission of smoke will be required. No open fires will be permitted. C. Noise 1. The CONTRACTOR shall eliminate noise to as great an extent as practicable at all times. Air compressing plants shall be equipped with silencers and the exhaust of all gasoline motors or other power equipment shall be provided with mufflers. The CONTRACTOR shall strictly observe all local regulations and ordinances covering noise control. 2. Except in the event of an emergency,work shall be done within the regular working hours specified in the General and Supplementary Conditions. If the proper and efficient prosecution of the work requires operations during the night,the written permission of the OWNER shall be obtained before starting such items of the work. 3. Methods, Equipment, and Materials Description Plan: Prior to mobilization,the CONTRACTOR shall submit detailed description of methods, equipment, and materials to be used for the project. Descriptions of equipment shall include Manufacturers' specifications,calibrations, appropriate drawing,photographs,and descriptions of any modifications since manufacture. This plan shall also include the CONTRACTOR's means for complying with all local noise ordinances and project specific noise requirements, including sound attenuation as necessary. At no time shall noise from the project,measured at the fence line, exceed 60 dB (A)or 72 dB (C)(as provided for residential zoning in the Collier County Code of Ordinances,Part I, Chapter 54 Environmental,Article IV). For work outside of the hours of 7 a.m.to 7 p.m., Monday through Friday and 9:30 a.m.to 7 p.m. on Saturday,noise from the project, measured at the fence line,shall not exceed 55 dB(A)or 67 dB (C)(as provided for residential zoning in the Collier County Code of Ordinances,Part I, Chapter 54 Environmental,Article IV). The CONTRACTOR will not be allowed to mobilize until the ENGINEER and OWNER approve the plan. Once equipment is mobilized to the site and prior to start of work,the CONTRACTOR will be responsible for establishing a noise recording device at the closest property line to monitor noise levels and confirm that the noise levels established for the project are not exceeded. A copy of the noise ordinance is attached. D. Access to Public Services SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 -9 1 i F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1. Neither the materials excavated nor the materials or plant used in the construction of the work shall be so placed as to prevent free access to all fire hydrants,valves or manholes,or access required by emergency vehicles and/or personnel. E. Dust Prevention 1. The CONTRACTOR shall prevent dust nuisance from his operations or from traffic by keeping the roads and/or construction areas sprinkled with water at all times. 1.10 CUTTING AND PATCHING A. The CONTRACTOR shall do all cutting, fitting or patching of his portion of the work that may be required to make the several parts thereof join and coordinate in a manner satisfactory to the ENGINEER and in accordance with the Plans and Specifications. The work must be done by competent workmen skilled in the trade required by the restoration. 1.11 CLEANING A. During Construction 1. During construction of the work,the CONTRACTOR shall, at all times, keep the site of the work and adjacent premises as free from material, debris and rubbish as is practicable and shall remove the same from any portion of the site if, in the opinion of the ENGINEER, such material, debris, or rubbish constitutes a nuisance or is objectionable. 2. The CONTRACTOR shall remove from the site all of his surplus materials and temporary structures when no further need therefor develops. 3. The CONTRACTOR shall be responsible and liable for all spillage and incur all associated costs including, but not limited to,costs related to repair and maintenance resulting from damages thereof. B. Final Cleaning 1. At the conclusion of the work,all erection plant,tools,temporary structures and materials belonging to the CONTRACTOR shall be promptly taken away, and he shall remove and promptly dispose of all water,dirt,rubbish or any other foreign substances. 2. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver such materials and equipment undamaged in a bright,clean, polished and new operating condition. 1.12 MISCELLANEOUS A. Protection of Waters 1. The CONTRACTOR shall properly dispose of all surplus material, including soil, in accordance with Local, State and Federal regulations. Under no circumstances shall surplus material be disposed of in waters as defined by the Florida Department of Environmental Protection, South Florida Water Management District, Environmental Protection Commission, or United States Army Corps of Engineers. B. Existing Facilities 1. The work shall be so conducted to maintain existing facilities in operation insofar as is possible. Requirements and schedules of operations for maintaining existing facilities in service during construction shall be as described in these Specifications. SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 - 10 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Use of Chemicals I. All chemicals used during project construction or furnished for project operation,whether herbicide,pesticide,disinfectant,polymer,reactant,or of other classification,must show approval of either EPA,NSF or USDA. D. Cooperation with Other Contractors and Forces 1. During progress of work under this Contract, it may be necessary for other contractors and persons employed by the OWNER to work in or about the site. The OWNER reserves the right to put such other contractors to work and to afford such access to the site of the work to be performed hereunder at such times as the OWNER deems proper. The CONTRACTOR shall not impede or interfere with the work of such other contractors engaged in or about the work and shall so arrange and conduct his work that such other contractors may complete their work at the earliest date possible. CONTRACTOR shall allow access through the project site by other contractors employed by OWNER. E. Temporary Utilities 1. Water: CONTRACTOR may use OWNER's existing water at the site as a source of water for construction at no cost.. 2. Light and Power: Provide without additional cost to the OWNER temporary lighting and power facilities required for the proper construction and inspection of the Work. If, in the ENGINEER's opinion,these facilities are inadequate, do NOT proceed with any portion of the Work affected thereby.Maintain temporary lighting and power until the Work is accepted. 3. Heat:Provide temporary heat,whenever required,for work being performed during cold weather to prevent freezing of concrete,water pipes, and other damage to the Work or existing facilities. 4. Sanitary Facilities: Provide sufficient sanitary facilities for construction personnel. Construction personnel are not to use the plant sanitary facilities. Prohibit and prevent nuisances on the site of the Work or on adjoining property. Discharge any employee who violates this rule.Abide by all environmental regulations or laws applicable to the Work. PART 2 -PRODUCTS(NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 - 11 4/ 1 1 F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement General Requirements Collier County 01005 - 12 1 .1F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 LOCATION OF WORK A. The location of the work of this Section is at the Collier County,Florida South County Regional Water Treatment Plant(SCRWTP)and adjacent wellfield. 1.02 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment,tools, services, shop drawings and incidentals to complete all work required by these Specifications and as shown on the Drawings. B. The Contractor shall perform the work complete, in place, and ready for continuous service, and shall include repairs,testing,permits, cleanup,replacements and restoration required as a result of damages caused during this construction. C. All materials, equipment, skills,tools and labor which is reasonably and properly inferable and necessary for the proper completion of the work in a substantial manner and in compliance with the requirements stated or implied by these Specifications or Drawings shall be furnished and installed by the Contractor without additional compensation,whether specifically indicated in the Contract Documents or not. D. The Contractor shall comply with all municipal, county, state, federal,and other codes which are applicable to the proposed construction work. 1.03 SUMMARY OF WORK A. This project restores the design redundancy of the power distribution system out to portions of the South RO wellfield,specifically wells 1, 2,3/9 and 4. The original construction of the power system supplied a direct burial(with concrete cap)4160V loop system to various wells. Subsequently,portions of this cable system have failed, along with various well site transformers that step down the voltage from 4160V to the operational voltage of 480V leaving an effective radial system to these wells. B. This project will utilize the same two 4160V feeder breakers back at the main WTP switchgear and step-up the voltage to 13.2 kV via two unit substations for a 13.2 kV loop distribution out to the wellfield and replace the well site transformers with 13.2 kV to 480V transformers. The intention is to utilize the existing cable routing of the existing de-energized direct buried"loop" cable to construct the a new concrete encased ductbank system. This will allow construction to progress without disturbing the active direct buried"radial"cable currently feeding the active well sites. C. It is assumed that the existing"loop"cable routing is within the County's 20-foot wide easement. However, as subsequent surveys have discovered,the original construction did not always conform to the legal easement descriptions and the Contractor may encounter areas SRO Wellfield MV Cable Replacement Summary of Work Collier County 01010- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 where the existing cable is outside the easement. In all instances, new construction must stay within the existing easements. Contractor shall be required to survey and stake the existing easement during construction.An updated signed and sealed survey and AutoCAD drawing file which includes the new ductbank system shall be provided with the as built drawings. D. To minimize the overall construction schedule,the County will pre-purchase the two step-up unit substations. Contractor shall be required to handle and install the substations. E. Along with the new 13.2kV ductbank system,a spare conduit for future fiber shall be installed. F. As the revised power system will require adjustment and testing of the two existing 4160V feeder breakers,the entire main switchgear lineup shall be cleaned and tested as part of this work scope. 1.04 WORK SEQUENCE AND CONSTRAINTS A. All work to be done under this Contract shall be to minimize the downtime to the existing wells along with existing plant operations.The existing SCADA system controlling the entire wellfield is via a fiber system that requires power at each local well site. Solar arrays and batteries provide backup power at each well site. It is assumed the solar system will be able to maintain the fiber connectivity during the extended outages required for the wells. B. Existing manholes are permit required confined spaces and all work shall conform to OSHA 1910.146 for confined spaces. C. The entry of personnel into medium voltage manholes will only be allowed if all the medium voltage cables in the manhole are de-energized. D. The expected sequence of construction is as follows: 1. Install the new medium voltage unit substations W1 and W2. 2. Complete the wellfield conduit ductbank system along the existing de-activated"loop" route(without final tie-in to well sites from adjacent manhole). 3. Provide maintenance and testing on the"odd"side of the 4160V main switchgear. 4. Unit substation W1 may be energized when new 5 kV cable is installed and tested, as it is reusing the old"loop"feeder breaker F5 which is currently out of service. 5. Shutdown feeder breaker F6 and start demolition at the well sites.All four well sites will now be out of service. 6. Provide maintenance and testing on the"even" side of the 4160V main switchgear. 7. Unit substation W2 may be energized when new 5 kV cable is installed and tested. 8. Install new well site transformers and tie in conduits from local manholes. 9. Install and test new 15 kV cables to wells 1,2, 3/9 and 4. Energize as completed. SRO Wellfield MV Cable Replacement Summary of Work Collier County 01010-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.05 ADDITIONAL INFORMATION AVAILABLE TO THE CONTRACTOR A. Original construction documents showing the WTP and wellfield are available to the Contractor for information purposes only and are not part of the contract documents. The Contractor may view these documents at the WTP PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Summary of Work Collier County 01010-3 1 1F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Summary of Work Collier County 01010-4 1fF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SCOPE A. This Section includes specification for the measurement and payment of the various elements of the Work; with provisions applicable to lump sum prices,unit prices,and allowances, if applicable. B. In the case of conflict between this Section and the measurement methods specified in the individual technical Sections,the measurement methods in the technical specifications shall govern. C. The Contractor shall receive no payment for any portion of the work until it is installed. The only exception to this is payment for stored materials on site if the Contract provides for the payment of stored materials.Partial payment may be requested for items partially installed. 1.02 RELATED WORK A. Schedule of Values is included in Section 01027. B. Applications for Payment is included in Section 01027 and EXHIBIT D. 1.03 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the ENGINEER shall determine payment. B. If the actual Work requires more or fewer quantities than those quantities indicated,provide the required quantities at the unit sum/prices contracted. 1.04 LUMP SUM ITEMS A. Lump Sum measurement will be for the entire item,unit of work, structure, or combination thereof, as specified and as indicated in the Bid Form. Measurement and payment for all bid items indicated as Lump Sums shall include the cost of all labor, materials and equipment necessary to furnish, install,clean,test, and place each bid item into operation; including permitting, general conditions,overhead and profit. B. Progress payments will be based on the Schedule of Values prepared by the Contractor and approved by the Engineer and Owner before acceptance of the first Application for Payment. C. In order for the Contractor to request progress payments against Lump Sum items, Contractor shall provide a disaggregation or breakdown in sufficient measureable detail that is acceptable to the Engineer. D. Measurement SRO Wellfield MV Cable Replacement Measurement and Payment Collier County 01025- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1. Measurement shall be based on the estimated percent complete of each item of the Schedule of Values, as determined by the Engineer. E. Payment 1. Payment will be made at the lump sum price proportional to the completion percentages approved by the Engineer. 1.05 UNIT PRICE ITEMS A. Quantity and measurement estimates stated in the Bid Form are estimates for bidding purposes only. Actual payments shall be based on actual quantities installed,in-place, as measured and/or verified by the Engineer. B. Unless otherwise provided in the General Conditions,the bid unit prices shall be in effect throughout the contract duration,regardless of variances between the estimated quantities and the actual installed quantities. C. The Contractor shall make no claim,nor receive any compensation, for anticipated profits, loss of profit, damages, or any extra payment due to any difference between the amounts of work actually completed,or materials or equipment furnished, and the estimated quantities D. Unless otherwise approved by the Owner,any unit quantities exceeded may not be invoiced until the estimated quantity is increased by contract change order. E. Contractor shall assist Engineer by providing necessary equipment,workers,and survey personnel as required to measure quantities. F. Measured quantities shall be rounded to the nearest whole integer, unless the value of the unit price exceeds $100, in which case measured quantities shall be rounded to the nearest half unit. G. Measurement 1. Measurement for progress payment shall be made by,or approved by,the Engineer based on the estimated effective quantity installed. The effective quantity installed represents the actual units or quantities installed,adjusted for incomplete elements or components. 2. Unless otherwise provided for in the Bid Form unit price items are all-inclusive of all related work,direct and indirect,to provide a complete and functional item. For example, underground pipe installation would include trenching, shoring,dewatering, bedding, installation, backfill,testing, flushing, disinfection, and commissioning;including all labor, materials and equipment necessary to furnish,install, clean,test,and place into operation; including permitting, general conditions,overhead and profit. 3. The final measurement shall be based on actual quantities,jointly measured by Contractor and Engineer, complete,fully,tested and placed into service. H. Payment 1. Progress payments shall be in accordance with the contract documents based on estimated effective quantities installed,paid at the bid unit price. SRO Wellfield MV Cable Replacement Measurement and Payment Collier County 01025-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. The final payment shall be based on actual quantities,fully installed,tested and placed into service,paid at the bid unit price. 1.06 ALLOWANCES A. Allowances,if any, specified in the Contract Documents and indicated in the Bid Form are considered provisional amounts to be used only if needed. Allowances are exclusive of work indicated in the Contract Documents for which payment is included under other items in the Bid Form.No work may be performed under an allowance without prior written approval of the Owner. B. Any unused balance of the allowances shall revert to the Owner upon completion of the project. Prior to final payment,the original amount provided for allowances shall be adjusted to actual costs by deductive Change Order,adjusting the contract price, accordingly. C. The Contractor shall make no claim,nor receive any compensation, for anticipated profits,loss of profit, damages, or any extra payment due to any unexpended portion of the allowances. D. The Contractor is to include time for allowance work in the construction schedule.No adjustment of Contract Time shall be allowed for any work performed under allowance items. E. Unless otherwise indicated in the specific measurement and payment provisions under allowance items,the measurable and allowable costs for work performed under an Allowance item shall be limited to the actual, demonstrable, and direct costs associated with that Allowance item. Shipping and sales taxes are allowable costs. 1. No mark-up for overhead or profit shall be included for payment under an Allowance account item. Overhead and profit shall be included in the contract base bid or allocated across other bid items. 2. Work authorized by the Owner under an allowance may be performed as a lump sum (negotiated before the fact),unit prices(when applicable),or time and material.For work performed under time and material,Contractor shall submit detailed verification(break- down)of all costs, subject to the approval of the Engineer or Owner. 1.07 DEFECT ASSESSMENT A. Replace defective Work, or portions of defective Work,not conforming to specified requirements. B. If, in the opinion of the ENGINEER, it is not practical to remove and replace the Work,the ENGINEER will direct a remedy in accordance with the requirements of the Agreement. 1.08 NON PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. SRO Wellfield MV Cable Replacement Measurement and Payment Collier County 01025-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines and levels of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading,hauling and disposing of rejected Products. 7. Submittal and approval of Schedule Update per Section 01310 and Section 3 of Exhibit H of the agreement. 1.09 SCHEDULE OF VALUES A. Approval of Schedule: Submit for approval a preliminary schedule of values, in duplicate, for all of the Work.Prepare preliminary schedule in accordance with Section 01027 of the specifications and Section 4 of Exhibit H of the Agreement. PART 2 PRODUCTS(NOT USED) PART 3 EXECUTION 3.01 MOBILIZATION AND DEMOBILIZATION(ITEM 1) A. Payment of the lump sum amount bid for Mobilization and Demobilization shall be full compensation for mobilization and demobilization as specified in Section 01505. The lump sum price bid for Mobilization and Demobilization shall be based on mobilization that shall not exceed five percent(5%)and demobilization costs that shall not exceed one-half of a percent (1/2%)of the Base Bid. 3.02 MEDIUM VOLTAGE SWITCHGEAR MAINTENANCE FOR 52F5 AND 52F6 CUBICLES, BREAKER AND RELAYS (ITEM 2) A. Payment at the lump sum price bid for this item shall be full compensation for all labor, equipment,materials, and incidentals as specified in Divisions 1 through 16 and the Contract Drawings, but excluding those items for which measurements and payments are separately specified, necessary to clean,test, and calibrate these medium voltage system components. 3.03 MEDIUM VOLTAGE SWITCHGEAR MAINTENANCE FOR 4160V MAIN SWITCHGEAR EXCEPT 52F5 AND 52F6 CUBICLES,BREAKER AND RELAYS (ITEM 3) A. Payment at the lump sum price bid for this item shall be full compensation for all labor, equipment,materials,and incidentals as specified in Divisions 1 through 16 and the Contract Drawings,but excluding those items for which measurements and payments are separately specified, necessary to clean,test, and calibrate this medium voltage system equipment. 3.04 INSTALLATION OF UNIT SUBSTATIONS (ITEM 4) A. Payment at the lump sum price bid for this item shall be full compensation for all labor, equipment,materials,and incidentals as specified in Divisions 1 through 16 and the Contract Drawings,but excluding those items for which measurements and payments are separately SRO Wellfield MV Cable Replacement Measurement and Payment Collier County 01025-4 1ff ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 specified,to install and energize the two unit substations. Installation shall include the incoming 4160V cable, grounding,and conduits. 3.05 INSTALLATION OF CONDUIT FROM EMH-Wl TO EMH-W2 (ITEM 5) A. Payment at the lump sum price bid for this item shall be full compensation for all labor, equipment,materials,and incidentals as specified in Divisions 1 through 16 and the Contract Drawings,but excluding those items for which measurements and payments are separately specified,to install three conduits with concrete encasement from EMH-W1 to EMH-W2. Installation of medium voltage cable for this conduit is included in ITEM 6. 3.06 INSTALLATION OF 13.2 KV CONDUIT SYSTEM AND SPARE FIBER CONDUIT SYSTEM,EXCEPT ITEM 5 (ITEM 6) A. Payment at the lump sum price bid for this item shall be full compensation for all labor, equipment,materials,and incidentals as specified in Divisions 1 through 16 and the Contract Drawings,but excluding those items for which measurements and payments are separately specified,to install manholes,handholes,conduits, medium voltage cables from outgoing unit substation 13.2 kV switches along with spare conduit for fiber. Conduit system from EMH-W 1 to EMH-W2 is included in ITEM 5. 3.07 DEMOLITION AND INSTALLATION AT WELL SITES (ITEM 7) A. Payment at the lump sum price bid for this item shall be full compensation for all labor, equipment,materials,and incidentals as specified in Divisions 1 through 16 and the Contract Drawings,but excluding those items for which measurements and payments are separately specified,to remove existing 4160V pad mounted transformers and replace with 13.2 kV pad mounted transformers and make operational at four well sites. Wells sites: 1, 2, 3/9, 4. 3.08 ELECTRICAL CONSTRUCTION ITEMS ALLOWANCE(ITEM 8) A. The allowance, if required,will be on a lump sum basis to cover unanticipated costs including but not limited to,additional support equipment,personnel time,and/or replacement materials determined by OWNER that may be required during construction.The CONTRACTOR will provide a rate sheet for on-site personnel, equipment,and materials. Use of the allowance must be approved by the OWNER prior to the execution of the work. END OF SECTION SRO Wellfield MV Cable Replacement Measurement and Payment Collier County 01025-5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Measurement and Payment Collier County 01025-6 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 iw J. r SECTION 01035 CHANGE ORDER PROCEDURES PART I GENERAL 1.01 REQUIREMENTS INCLUDED A. Promptly implement change order procedures. 1. Provide full written data required to evaluate changes. 2. Maintain detailed records of work done on a time-and-material/force account basis. 3. Provide full documentation to Engineer on request. B. Designate in writing the member of Contractor's organization: 1. Who is authorized to accept changes in the work. 2. Who is responsible for informing others in the Contractor's employ of the authorization of changes in the work. C. Owner will designate in writing the person who is authorized to execute Change Orders. 1.02 RELATED REQUIREMENTS A. Schedule of Values are included in Section 01370. B. Project Record Documents are included in Section 01720. C. Change Order Form is included in EXHIBIT E. 1.03 DEFINITIONS A. Change Order: See Contract for Construction. B. Construction Change Authorization: A written order to the Contractor, signed by Owner and Engineer,which amends the Contract Documents as described and authorized Contractor to proceed with a change which affects the Contract Sum or the Contract Time,for inclusion in a subsequent Change Order. C. Architect's Supplemental Instructions,AIA Document G710: A written order,instructions, or interpretations, signed by Architect/Engineer making minor changes in the Work not involving a change in Contract Sum or Contract Time. D. Field Order: A written order to the Contractor signed by the Engineer and the Contractor, which is issued to interpret/clarify the Contract Documents,order minor changes in the work and/or memorialize trade-off agreements. The work described by a Field Order is to be accomplished without change to the Contract Sum, Contract Time, and/or claims for other costs. SRO Wellfield MV Cable Replacement Change Order Procedures Collier County 01035- 1 11.F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.04 PRELIMINARY PROCEDURES A. Owner or Engineer may initiate changes by submitting a Request for Proposal(RFP)to Contractor. Request will include: 1. Detailed description of the Change,Products and location of the change in the project. 2. Supplementary or revised Drawings and Specifications. 3. The projected time span for making the change and a specific statement as to whether overtime work is,or is not,authorized. 4. A specific period of time during which the requested price will be considered valid. 5. Such request is for information only and is not an instruction to execute the changes, nor to stop work in progress. B. Contractor may initiate changes by submitting a written notice to Engineer,containing: 1. Description of the proposed changes. 2. Statement of the reason for making the changes. 3. Statement of the effect on the Contract Sum and the Contract Time. 4. Statement of the effect on the work of separate contractors. 5. Documentation supporting any change in Contract Sum or Contract Time, as appropriate. 1.05 WORK DIRECTIVE CHANGE AUTHORIZATION A. In lieu of a Request for Proposal (RFP), Engineer may issue a work directive authorization for Contractor to proceed with a change for subsequent inclusion in a Change Order. B. Authorization will describe changes in the work,both additions and deletions,with attachments of revised Contract Documents to define details of the change and will designate the method of determining any change in the Contract Sum and any change in Contract Time. C. Owner and Engineer will sign and date the Work Directive Change Authorization as authorization for the Contractor to proceed with the changes. D. Contractor may sign and date the Construction Change Authorization to indicate agreement with the terms therein. 1.06 DOCUMENTATION OF PROPOSALS AND CLAIMS A. Support each quotation for a lump-sum proposal and for each unit price which has not previously been established, with sufficient substantiating data to allow Engineer to evaluate the quotation. SRO Wellfield MV Cable Replacement Change Order Procedures Collier County 01035-2 ©2014 CDM Smith 6295-101578 1 iF All Rights Reserved Bid Set Feb-14 B. On request,provide additional data to support time and cost computations 1. Labor required. 2. Equipment required. 3. Products required. a. Recommended source of purchase and unit cost. b. Quantities required. 4. Taxes, insurance and bonds. 5. Credit for work deleted from Contract,similarly documented. 6. Overhead and profit. 7. Justification for any change in Contract Time. C. Support each claim for additional costs and for work done on a time-and-material/force account basis,with documentation as required for a lump-sum proposal,plus additional information. 1. Name of the Owner's authorized agent who ordered the work and date of the order. 2. Dates and times work was performed and by whom. 3. Time record, summary of hours worked and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and times of use. b. Products used, listing of quantities. c. Subcontracts. 1.07 PREPARATION OF CHANGE ORDERS AND FIELD ORDERS A. Engineer will prepare each Change Order and Field Order. B. Change Order will describe changes in the work,both additions and deletions,with attachments of revised Contract Documents to define details of the change. C. Change Order will provide an accounting of the adjustment in the Contract Sum and in the Contract Time. D. Field Order will describe interpretations or clarifications of Contract Documents, order minor changes in the work, and/or memorialize trade-off agreements. E. Field Order work will be accomplished without change in the Contract Sum, Contract Time, and/or claims for other costs. SRO Wellfield MV Cable Replacement Change Order Procedures Collier County 01035-3 h F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.08 LUMP-SUM/FIXED PRICE CHANGE ORDER A. Content of Change Orders will be based on, either: 1. Engineer's Proposal Request and Contractor's responsive Proposal as mutually agreed between Owner and Contractor. 2. Contractor's Proposal for a change, as recommended by Engineer. B. Owner and Engineer will sign and date the Change Order as authorization for the Contractor to proceed with the changes. C. Contractor will sign and date the Change Order to indicate agreement with the terms therein. 1.09 UNIT PRICE CHANGE ORDER A. Content of Change Orders will be based on, either: 1. Engineer's definition of the scope of the required changes. 2. Contractor's Proposal for a change, as recommended by Engineer. 3. Survey of completed work. B. The amounts of the unit prices to be: 1. Those stated in the Agreement. 2. Those mutually agreed upon between Owner and Contractor. C. When quantities of each of the items affected by the Change Order can be determined prior to start of the work: 1. Owner and Engineer will sign and date the Change Order as authorization for Contractor to proceed with the changes. 2. Contractor will sign and date the Change Order to indicate agreement with the terms therein. D. When quantities of the items cannot be determined prior to start of the work: 1. Engineer or Owner will issue a construction change authorization directing Contractor to proceed with the change on the basis of unit prices,and will cite the applicable unit prices. 2. At completion of the change, Engineer will determine the cost of such work based on the unit prices and quantities used. a. Contractor shall submit documentation to establish the number of units of each item and any claims for a change in Contract Time. SRO Wellfield MV Cable Replacement Change Order Procedures Collier County 01035-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Engineer will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. 4. Owner and Contractor will sign and date the Change Order to indicate their agreement with the terms therein. 1.10 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/WORK DIRECTIVE CHANGE AUTHORIZATION A. Engineer and Owner will issue a Work Directive Change Authorization directing Contractor to proceed with the changes. B. At completion of the change, submit itemized accounting and supporting data as provided in the Article "Documentation of Proposals and Claims" of this Section. C. Engineer will determine the allowable cost of such work, as provided in General Conditions and Supplementary Conditions. D. Engineer will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. E. OWNER and Contractor will sign and date the Change Order to indicate their agreement therewith. 1.11 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Periodically revise Schedule of Values and Request for Payment forms to record each change as a separate item of work, and to record the adjusted Contract Sum. B. Periodically revise the Construction Schedule to reflect each change in Contract Time. 1. Revise subschedules to show changes for other items of work affected by the changes. C. Upon completion of work under a Change Order, enter pertinent changes in Record Documents. PART 2 PRODUCTS(NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Change Order Procedures Collier County 01035-5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Change Order Procedures Collier County 01035-6 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1 —GENERAL 1.01 SCOPE OF WORK A. Coordinate the Schedule of Values and Applications for Payment with the CONTRACTOR's Progress Schedule, Submittal Schedule and List of Subcontracts. B. Submit the Schedule of Values at the earliest possible date but no later than 7 days before the date scheduled for submittal of the initial Application for Payment. C. CONTRACTOR's Applications for Payment shall be submitted on the form included in EXHIBIT D of the Agreement—Form of Contract Application for Payment. 1.02 FORMAT AND CONTENT A. Use the Schedule of Values form included in EXHIBIT D of the Agreement—Form of Contract Application for Payment. 1. The Schedule of Values shall provide a breakdown of the Contract Sum in sufficient detail to facilitate evaluation of Applications for Payment. Break subcontract amounts down into several line items.Round amounts to nearest whole dollar;the total shall equal the Contract Sum. 2. Provide a separate line item for each part of the Work where Applications for Payment may include materials or equipment, purchased or fabricated and stored,but not yet installed. 3. Provide separate line items for initial cost of the materials, for each subsequent stage of completion and for total installed value. 4. Show line items for indirect costs and margins on costs only when such items are listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete. Include the total cost and proportionate share of general overhead and profit margin for each item. a. Temporary facilities and items that are not direct cost of work-in-place may be shown as separate line items or distributed as general overhead expense. 5. Update and resubmit the Schedule of Values when Change Orders or Work Change Directives change the Contract Sum. 1.03 APPLICATION FOR PAYMENT A. Applications for Payment shall be consistent with previous applications and payments as certified by the ENGINEER and paid for by the OWNER. B. Payment-Application Times: Pay periods shall run through month end. ENGINEER shall review draft application and provide comments/corrections to CONTRACTOR within 7 days of receipt of draft application. OWNER shall issue payment to CONTRACTOR within 30 days of receipt of CONTRACTOR's corrected application. C. Payment-Application Forms: Use Payment Application Forms provided by OWNER as the form for Applications for Payment. SRO Wellfield MV Cable Replacement Applications for Payment Collier County 01027- 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 11 F D. Application Preparation: Complete every entry, including notarization and execution by a person authorized to sign on behalf of the CONTRACTOR. The ENGINEER will return incomplete applications without action. E. Entries shall match data on the Schedule of Values and the CONTRACTOR's Progress Schedule. Use updated schedules if revisions were made. F. Include amounts of Change Orders issued prior to the last day of the construction period covered by the application. 1.04 TRANSMITTAL A. Submit four(4)executed original copies of each Application for Payment to the ENGINEER within the timeframes set forth in Section 218.735 F.S. One copy shall be complete, including waivers of lien and similar attachments. 1. Transmit each copy with a transmittal listing attachments and recording appropriate information related to the application. 1.05 INITIAL APPLICATION FOR PAYMENT A. Administrative actions and submittals that must precede or coincide with submittal of the first Application for Payment include the following: 1. List of subcontractors. 2. List of principal suppliers and fabricators. 3. Schedule of Values. 4. CONTRACTOR's Progress Schedule(preliminary if not final). 5. Submittal Schedule(preliminary if not final). 6. List of CONTRACTOR's staff assignments. 7. Copies of building permits. 8. Copies of licenses from governing authorities. 9. Certificates of insurance and insurance policies. 10. Performance and payment bonds. 1.06 APPLICATION FOR PAYMENT AT SUBSTANTIAL COMPLETION A. Following issuance of the Certificate of Substantial Completion, submit an Application for Payment. This application shall reflect Certificates of Partial Substantial Completion issued previously for OWNER occupancy of designated portions of the Work. 1. Administrative actions and submittals that shall precede or coincide with this application include the following: a. Occupancy permits. b. Warranties and maintenance agreements. c. Test/adjust/balance records. d. Maintenance instructions. e. Meter readings. f. Changeover information related to OWNER's occupancy. g. Final cleaning. h. Application for reduction of retainage and consent of surety. SRO Wellfield MV Cable Replacement Applications for Payment Collier County 01027-2 liF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.08 FINAL PAYMENT APPLICATION A. Administrative actions and submittals that must precede or coincide with submittal of the final Application for Payment include the following: 1. Check-Out Form 2. Certificate of Completed Demonstration Form 3. Transmittal of Project construction records to the ENGINEER. 4. Certified record survey. 5. Proof that taxes, fees and similar obligations were paid. 6. Removal of temporary facilities and services. 7. Change of gate locks to OWNER's access. 8. Final Release of Lien Form PART 2 -PRODUCTS(NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Applications for Payment Collier County 01027 -3 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 (THIS PAGE INTENTIONALLY LEFT BLANK) SRO Wellfield MV Cable Replacement Applications for Payment Collier County 01 027-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01038 REQUESTS FOR INFORMATION PART I GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of Requests for Information (RFIs). 1.02 RELATED WORK A. Additional requirements may be specified in the General Conditions. B. Submittals are included in Section 01300 C. Project Record Documents are included in Section 01720. 1.03 REQUESTS FOR INFORMATION A. When the CONTRACTOR believes that additional information or clarification of a contract requirement is needed, it may initiate a Request for Information B. RFIs may relate to Technical matters or Administrative matters.The RFI process shall be limited to the clarification of technical and/or administrative matters. While the response to an RFI might lead to a change in the contract scope, cost or time,RFIs are not a substitute to the notification requirements stipulated in the General Conditions. C. A response to an RFI may authorize minor changes to the contract consistent with the terms of the contract related to the responsibilities and limitations of authority of the Engineer. D. A response to an RFI is not an authorization to perform any additional work that would require that change order or written amendment to the contract. If the Contractor believes the response an RFI requires a change to the contract, Contractor shall promptly provide written notice to the Owner and Engineer in accordance with the General Conditions. E. RFIs are not a substitute for the Submittals process specified elsewhere. PART 2 PRODUCTS—NOT USED PART 3 EXECUTION 3.01 ORIGINATION A. The Contactor shall originate RFIs using the form appended to this Section. 1. RFIs shall be numbered consecutively. In the event that an answered RFI results in a follow-up inquiry,the follow-up shall maintain the same number as the original, appended with a suffix. SRO Wellfield MV Cable Replacement Requests for Information Collier County 01038- 1 IIFA ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. Include Specification Section(s),Drawing(s),or detail(s)for which information is requested. 3. Attach drawings, sketches,photographs or other relevant information. 4. If the question concerns an interpretation of the Contract Documents, enter the Contractor's interpretation. 5. Indicate the date by which the Contractor requests a reply. 6. Sign the upper portion of the form. B. RFIs may not be submitted by subcontractors or suppliers. When a subcontractor or supplier generates a request for information or clarification to the Contractor,Contractor shall incorporate such requests into the required format, assign the next number, and sign. C. Contractor shall maintain a log of all RFIs including the date originated, date delivered, and date answered. 3.02 PROCESSING A. Contractor shall submit all RFIs to the ENGINEER for processing. B. Technical RFIs will generally be reviewed and answered by the respective discipline engineer or architect. C. Administrative RFIs will generally be reviewed and answered by the Engineer in consultation with the OWNER. D. The Engineer will generally respond to RFIs within seven calendar days of receipt—depending on the complexity of the inquiry. 3.03 RESPONSES A. If the RFI contains sufficient clarity,the Engineer will insert a response in the lower portion of the RFI form, sign and date the response; and,return the completed form to the Contractor. B. If the RFI does not contain sufficient clarity,the Engineer may request additional information from the Contractor. C. Engineer will distribute copies to the Owner and project files. D. Engineer will maintain a log of all RFIs including the date received and date returned to Contractor. 3.04 RECORD INFORMATION A. Contractor shall include all clarifications obtained through the RFI process into the record information in accordance with Section 01720. SRO Wellfield MV Cable Replacement Requests for Information Collier County 01038-2 I IF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 END OF SECTION (Standard RFI Form Follows) SRO Wellfield MV Cable Replacement Requests for Information Collier County 01038-3 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 Request for Information CDM Smith Project No.: RFI No.: Contractor: Date: QUESTION: If the above question concerns an interpretation of the Contract Documents,the Contractor's interpretation is: Please Respond by This Date: Submitted by Contractor: Date: Received by(CDM Smith): Date: RESPONSE: By: Date: Distribution: Contractor, Owner,File, Field, RFI Notebook SRO Wellfield MV Cable Replacement Requests for Information Collier County 01038-4 1 IF ©2014 CDM Smith 6295:7111/$ All Rights Reserved Bid Set Feb-14 SECTION 01040 PROJECT COORDINATION PART 1 -GENERAL 1.01 WORK PROGRESS A. The CONTRACTOR shall furnish personnel and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Agreement Section of these Specifications. If at any time such personnel appears to the ENGINEER to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid,he may request the CONTRACTOR to increase the efficiency,change the character or increase the personnel and equipment, and the CONTRACTOR shall conform to such request. Failure of the ENGINEER to give such request shall in no way relieve the CONTRACTOR of his obligations to secure the quality of the work and rate of progress to finish the Contract on time as shown in the Contract Completion Date at no additional cost to the OWNER. 1.02 PRIVATE LAND A. The CONTRACTOR shall not enter or occupy private land outside of easements,except by notarized permission of the land owner. B. When necessary to notify the property owner or tenant of any impact of construction activity, entry onto the land shall only be made by a Foreman,or more senior person, of the CONTRACTOR. All Foremen,and those ranking above Foreman, shall carry laminated,photo identification cards bearing their name, position,CONTRACTOR name, and local day time and after hours phone number of the CONTRACTOR. This identification shall be produced, whether or not requested,anytime a Foreman, or more senior person enters private land to communicate with the property owner or tenant. 1.03 OPEN EXCAVATIONS A. Except where otherwise shown on the Drawings,the maximum length of open trench shall be no more than 100 feet in roadways and 300 feet elsewhere unless written approval otherwise is obtained from the ENGINEER. B. All open excavations shall be adequately safeguarded by providing temporary barricades,caution signs, lights and other means to prevent accidents to persons, and damage to property. The CONTRACTOR shall,at his own expense,provide suitable and safe bridges and other crossings for accommodating travel by the public and workmen. No excavations shall remain open overnight without approval of the ENGINEER. PART 2—PRODUCTS (NOT USED) PART 3 -EXECUTION 3.01 PROTECTION OF CONSTRUCTION AND EQUIPMENT SRO Wellfield MV Cable Replacement Project Coordination Collier County 01040- 1 ©2014 CDM Smith 6295-101578 IF All Rights Reserved Bid Set Feb-14 A. All newly constructed work shall be carefully protected from injury in any way. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions injured shall be reconstructed by the CONTRACTOR at his own expense. B. All structures shall be protected in an acceptable manner. Should any of the floors or other parts of the structures become heaved, cracked or otherwise damaged, all such damaged portions of the work shall be completely repaired and made good by the CONTRACTOR at his own expense and to the satisfaction of the ENGINEER. Special attention is directed to substructure bracing requirements, described in Section 02220. If, in the final inspection of the work, any defects, faults or omissions are found,the CONTRACTOR shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further,the CONTRACTOR shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein,for at least the guarantee period described in the contract. C. The CONTRACTOR shall maintain the work during construction and until the project is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces to the end that the road or structures are kept in satisfactory condition at all times. 3.02 PROTECTION AND RELOCATION OF EXISTING STRUCTURES AND UTILITIES A. Assume full responsibility for the protection of all buildings, structures,and utilities,public or private, including poles, signs, services to buildings,utilities in the street,gas pipes, water pipes, hydrants,sewers, drains and electric and telephone cables or any other installation encountered, whether or not they are shown on the Drawings. Carefully support and protect all such structures and utilities from injury of any kind. Immediately repair any damage resulting from the construction operations. B. Assistance will be given the CONTRACTOR in determining the location of existing services. The CONTRACTOR,however, shall bear full responsibility for obtaining all locations of underground structures and utilities(including existing water services,drain lines and sewers). Maintain services to buildings and pay costs or charges resulting from damage thereto. C. If, in the opinion of the ENGINEER,permanent relocation of a publicly owned utility is required, the ENGINEER may direct the CONTRACTOR, in writing,to perform the work. Work so ordered will be paid for at the Contract unit prices,if applicable, or as extra work under the General Conditions. If relocation of a privately owned utility is required,the CONTRACTOR will notify the ENGINEER immediately, and the Utility to perform the work as expeditiously as possible. Cooperate with the Utility. No claim for delay will be allowed due to such relocation. D. CONTRACTOR is responsible to coordinate any activity in any area with utility companies, or others. Furthermore,the CONTRACTOR must contact"Call Before You Dig"with ample time so utility companies may mark the area properly. It is the CONTRACTOR'S responsibility to maintain these markings inside the Project area at no additional cost to the OWNER. E. Coordinate the removal and replacement of traffic loops and signals, if required for the performance of the work, at no additional cost to the OWNER. END OF SECTION SRO Wellfield MV Cable Replacement Project Coordination Collier County 01040 -2 IF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01050 FIELD ENGINEERING PART 1 —GENERAL 1.01 SCOPE OF WORK A. Provide and pay for field engineering services required for project. 1. Survey work required in execution of project. 2. Civil,structural or other professional engineering services specified, or required to execute CONTRACTOR's construction methods. B. Retain the services of a professional land surveyor and mapper licensed in the State of Florida: 1. Identify existing control points and property line corner stakes indicated on the Drawings, as required. 2. Identify existing utility easements along for new ductbank routing. 3. Verify all existing above ground utility and equipment locations. 4. Maintain an accurate location of all new manholes, handholes and concrete encased ductbanks. 5. Maintain all survey control for line and grade. 1.02 RELATED WORK A. Summary of Work is included in Section 01010. B. Applications for Payment are included in Section 01027. C. Project Record Documents are included in Section 01720. 1.03 SUBMITTALS A. Submit to the ENGINEER, in accordance with Section 01300,name and address of professional land surveyor and mapper or professional engineer. B. At Contract Substantial Completion,submit five(5)sets of certified drawings with the Surveyors title block(signed and sealed by the professional surveyor and mapper)of the items listed below. All surveys shall be tied to State Plane Coordinate System. Vertical control shall be based on NAVD 1988. These drawings shall be included with,and made a part of,the project record documents. 1. Certified survey indicating new concrete pad corners for new substations and transformers. 2. Certified survey indicating locations of all new handhole and manhole covers. 3. CONTRACTOR shall also submit record drawing files in AutoCAD(latest version) format on CDs. All entries shall be placed on layers named to describe the entity being mapped. 1.04 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Registered professional engineer or surveyor and mapper of the discipline required for the specific service on the project,currently licensed in the State of Florida. SRO Wellfield MV Cable Replacement Field Engineering Collier County 01050- 1 hFi ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.05 RECORDS A. Maintain a complete, accurate log of all control and survey work as it progresses. B. Update the project record drawings on a monthly basis based on the work performed during the month ending at the pay request as a condition for approval of monthly progress payment requests. C. Maintain an accurate record of all changes,revisions,and modifications. PART 2-PRODUCTS (NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Field Engineering Collier County 01050 -2 iF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01045 CUTTING, CORING,AND PATCHING PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section covers the cutting, coring,rough and finished patching of holes and openings. Holes and opening maybe in existing construction,or in parts of new construction. Procedures for cutting and patching will be the same for either condition. B. All cutting, coring,and rough patching shall be performed by the Contractor. Finish patching shall be the responsibility of the Contractor and shall be performed by the trade associated with the application of the particular finish. C. Provide all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill timed or improperly scheduled work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide penetrations of structural surfaces and materials for installation of ductwork, equipment and electrical conduit. 7. Provide penetrations of non-structural surfaces and materials for installation of ductwork, equipment and electrical conduit.The determination of what is a nonstructural surface or material shall be made by the Engineer. 8. Remove, install, or relocate materials or equipment. 1.02 RELATED WORK A. Summary of Work is included in Section 01010. B. Site work is included in Division 2. C. Concrete is included in Division 3. SRO Wellfield MV Cable Replacement Cutting,Coring,and Patching Collier County 01045- 1 r < O 2014 CDM Smith h 629 l All Rights Reserved Bid Set Feb-14 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, a written request prior to executing any cutting or alteration which is not shown or detailed on the contract documents which affects or requires: 1. Cutting structural members. 2. Holes drilled in beams or other structural members. 3. Work of the Owner or any separate contractor. 4. Structural value or integrity of any element of the project. 5. Integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 6. Efficiency, operational life,maintenance or safety of operational elements. 7. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the project. 2. Description of affected work. 3. The reason for cutting, alteration or excavation. 4. Effect on work of Owner or any separate contractor, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Method and extent of cutting, patching,alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. If the work is considered out of scope,provide a cost proposal. 8. Confirmation of coordination with any separate contractor whose work will be affected. 9. Related shutdown requests if required to do the work. 10. Request for hot work permit if required to do the work. C. Submit written notice to the Engineer designating the date and the time the work will be uncovered. SRO Wellfield MV Cable Replacement Cutting,Coring,and Patching Collier County 01045-2 ©2014 CDM Smith 6295- 1 All Rights Reserved Bid Set Feb-14 D. When a written request is required, do not proceed with the work until a written notice to proceed is received from the Engineer. PART 2 PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for each specific product involved. Where there is no equivalent specification,the Contractor shall notify the Engineer who will provide a specification for the materials to be used. B. Concrete and grout for rough patching shall be as specified in Division 3. C. Materials for finish patching shall be equal to those of adjacent construction. Where existing materials are no longer available, use materials with equivalent properties and that will provide the same appearance. The materials are to be approved by the Engineer prior to their use. PART 3 EXECUTION 3.01 INSPECTION A. Inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering work, inspect conditions affecting installation of products, or performance of work. C. Report unsatisfactory or questionable conditions to the Engineer in writing; do not proceed with work until the Engineer has provided further instructions. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work. B. Protect surrounding materials and equipment prior to starting work. C. Contain and control cooling liquids and slurry produced by the cutting and coring operations. D. When the cutting or coring will result in the structure or equipment being exposed to provide adequate weather protection. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. When excavating in close proximity to piping, duct banks or other items subject to damage, use hand excavation. SRO Wellfield MV Cable Replacement Cutting, Coring, and Patching Collier County 01045-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. All equipment and workplace safety shall conform to OSHA standards and specifications pertaining to plugs,noise and fume pollution,wiring and maintenance. D. Where possible,employ original installer or fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. E. Execute fitting and adjustment of products to provide a finished installation to comply with specified products,functions,tolerances and finishes. F. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces,refinish to nearest intersection. 2. For an assembly, refinish entire unit. H. Remove rubble and excess patching materials from the premises. 3.04 CORING A. All coring shall be performed in such a manner as to limit the extent of patching. Locate the rebar before coring to minimize cut throughs. B. Coring shall be performed with an approved non-impact rotary tool with diamond core drills. C. Size of holes shall be suitable for pipe,conduit, sleeves,equipment or mechanical seals to be installed. D. Fit work to minimize space to pipes, sleeves, ducts, conduit and other penetrations through surfaces. E. All holes cut through concrete and masonry walls, slabs or arches shall be core drilled unless otherwise approved.All work shall be performed by mechanics skilled in this type of work. F. If holes are cored through floor slabs they shall be drilled from below where possible. If holes are drilled from above,provide protection and containment below the area being drilled to catch the plug and contain liquid and slurry. 3.05 CUTTING A. All cutting shall be performed in such a manner as to limit the extent of patching. B. Fit work to minimize space to pipes, sleeves,ducts, conduit and other penetrations through surfaces. SRO Wellfield MV Cable Replacement Cutting, Coring, and Patching Collier County 01045-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Cutting shall be performed with a concrete saw and diamond saw blades of proper size. D. Provide for control of slurry generated by sawing operation on both sides of wall and from below if cutting a floor. E. When cutting a reinforced concrete wall or floor,the cutting shall be done so as not to damage the bond between the concrete and reinforcing steel left in structure. Cut shall be made so that steel neither protrudes nor is recessed from face of the cut. F. Adequate bracing of area to be cut shall be installed prior to start of cutting. Check area during sawing operations for partial cracking and provide additional bracing as required to prevent a partial release of cut area during sawing operations. G. Provide equipment of adequate size to remove cut panel. H. Saw cut concrete and masonry prior to breaking out sections. I. Install work at such time as to require the minimum amount of cutting and patching. J. All cutting of structural members shall be done in a manner directed by the Engineer. K. Cut opening only large enough to allow easy installation of the equipment, ducting,piping or conduit. L. When existing conduits or pipe sleeves are cut off at the floor line or wall line,they shall be filled with grout or suitable patching material. 3.06 PROTECTION A. Provide devices and methods to protect other portions of project from damage. B. Provide protection from elements for that portion of the project which may be exposed by cutting and patching work. C. Maintain excavations free from water. 3.07 PATCHING A. Rough patching shall be such as to bring the cut or cored area flush with existing construction unless otherwise shown. B. Finish patching shall match existing surfaces as approved. C. Patching shall be of the same kind and quality of material as was removed. D. The completed patching work shall restore the surface to its original appearance or better. E. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed to include the joint between the existing material and the patch. SRO Wellfield MV Cable Replacement Cutting,Coring, and Patching Collier County 01045-5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 F. Equipment damaged during cutting and patching shall be replaced or repaired by the equipment manufacturer,at the Engineer's sole discretion and at the expense of the Contractor doing the work. G. Repaint any damage to factory applied paint finishes using touch-up paint furnished by the equipment manufacturer. The entire damaged panel or section shall be repainted at the expense of the Contractor doing the work. H. Slurry or tailings resulting from coring or cutting operations shall be contained and vacuumed or otherwise removed from the area following drilling or cut. I. Equipment shall be protected against mechanical and water damage during cutting and patching. Provide protective covers or use other means such as temporary relocation to protect equipment that is at risk of damage from the cutting and patching J. Provide protection for existing equipment, utilities and critical areas against water or other damage caused by drilling operation. END OF SECTION SRO Wellfield MV Cable Replacement Cutting,Coring, and Patching Collier County 01045-6 if ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01050 FIELD ENGINEERING PART 1 —GENERAL 1.01 SCOPE OF WORK A. Provide and pay for field engineering services required for project. 1. Survey work required in execution of project. 2. Civil, structural or other professional engineering services specified,or required to execute CONTRACTOR's construction methods. B. Retain the services of a professional land surveyor and mapper licensed in the State of Florida: 1. Identify existing control points and property line corner stakes indicated on the Drawings, as required. 2. Identify existing utility easements along for new ductbank routing. 3. Verify all existing above ground utility and equipment locations. 4. Maintain an accurate location of all new manholes, handholes and concrete encased ductbanks. 5. Maintain all survey control for line and grade. 1.02 RELATED WORK A. Summary of Work is included in Section 01010. B. Applications for Payment are included in Section 01027. C. Project Record Documents are included in Section 01720. 1.03 SUBMITTALS A. Submit to the ENGINEER, in accordance with Section 01300, name and address of professional land surveyor and mapper or professional engineer. B. At Contract Substantial Completion,submit five(5)sets of certified drawings with the Surveyors title block(signed and sealed by the professional surveyor and mapper)of the items listed below. All surveys shall be tied to State Plane Coordinate System. Vertical control shall be based on NAVD 1988. These drawings shall be included with,and made a part of,the project record documents. 1. Certified survey indicating new concrete pad corners for new substations and transformers. 2. Certified survey indicating locations of all new handhole and manhole covers. 3. CONTRACTOR shall also submit record drawing files in AutoCAD(latest version) format on CDs. All entries shall be placed on layers named to describe the entity being mapped. 1.04 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Registered professional engineer or surveyor and mapper of the discipline required for the specific service on the project,currently licensed in the State of Florida. SRO Wellfield MV Cable Replacement Field Engineering Collier County 01050- 1 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.05 RECORDS A. Maintain a complete,accurate log of all control and survey work as it progresses. B. Update the project record drawings on a monthly basis based on the work performed during the month ending at the pay request as a condition for approval of monthly progress payment requests. C. Maintain an accurate record of all changes,revisions, and modifications. PART 2-PRODUCTS (NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Field Engineering Collier County 01050-2 HF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01095 REFERENCES PART 1 —GENERAL 1.01 SECTION INCLUDES A. REFERENCE ABBREVIATIONS B. ABBREVIATIONS C. REFERENCE STANDARDS D. DEFINITIONS 1.02 RELATED SECTIONS A. Information provided in this section is used where applicable in individual Specification Sections, Divisions 2 through 16. 1.03 REFERENCE ABBREVIATIONS A. Reference to a technical society,trade association or standards setting organization, may be made in the Specifications by abbreviations in accordance with the following list: AABC Associated Air Balance Council AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute ADC Air Diffusion Council AFBMA Anti-friction Bearing Manufacturers Association AGA American Gas Association AGMA American Gear Manufacturers Association AHA Association of Home Appliance Manufacturers AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Movement and Control Association, Inc. ANSI American National Standards Institute APA American Plywood Association ARI American Refrigeration Institute ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWS American Welding Society SRO Wellfield MV Cable Replacement References Collier County 01095 - 1 liE ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 AWWA American Water Works Association BHMA Builders'Hardware Manufacturers Association BIA Brick Institute of American CABO Council of American Building Officials CAGI Compressed Air and Gas'Institute CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CRD U.S. Corps of Engineers Specifications CRSI Concrete Reinforcing Steel Institute CTI Cooling Tower Institute DHI Door and Hardware Institute DOH Department of Health DOT Department of Transportation Fed. Spec. Federal Specifications FGMA Flat Glass Marketing Association FM Factory Mutual HMI Hoist Manufacturing Institute HPMA See HPVA HPVA Hardwood Plywood Veneer Association ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IF I Industrial Fasteners Institute MIL Military Specifications MSS Manufacturer's Standardization Society NAAMM National Association of Architectural Metal Manufacturers NACM National Association of Chain Manufacturers NBS National Bureau of Standards, See NIST NEBB National Environmental Balancing Bureau NEC National Electrical Code NEMA National Electrical Manufacturers Association NETA National Electrical Testing Association NFPA National Fire Protection Association NFPA National Forest Products Association NFPA National Fluid Power Association NIST National Institute of Standards and Technology NLMA National Lumber Manufacturers Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCI Prestressed Concrete Institute PDI Plumbing and Drainage Institute SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SMACNA Sheet Metal and Air Conditioning Contractors'National Association SPI Society of the Plastics Industry SSPC Steel Structures Painting Council STI Steel Tank Institute TCA Tile Council of American TIMA Thermal Insulation Manufacturers'Association UL Underwriters'Laboratories, Inc. USBR U. S. Bureau of Reclamation SRO Wellfield MV Cable Replacement References Collier County 01095 -2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 USBS U. S. Bureau of Standards, See NIST 1.04 ABBREVIATIONS A. Abbreviations which may be used in individual Specification Sections Divisions 1 through 16 are as follows: alternating current ac dissolved oxygen DO American wire gauge AWG dissolved solids DS ampere(s) amp dry-bulb temperature dbt ampere-hour(s) AH efficiency eff annual ann Ampere Interrupting elevation el Capacity AIC engineer of record ..EOR atmosphere(s) atm entering water temperature ewt average avg entering air temperature eat equivalent direct radiation edr biochemical oxygen demand BOD Board Foot FBM face area fa brake horsepower bhp face to face f to f Brinell Hardness BH Fahrenheit F British thermal unit(s) Btu feet per day fpd feet per hour fph calorie(s) cal feet per minute fpm carbonaceous biochemical feet per second fps oxygen demand CBOD foot(feet) ft Celsius(centigrade) C foot-candle fc Center to Center C to C foot-pound ft-lb centimeter(s) cm foot-pounds per minute ft-lb/min chemical oxygen demand COD foot-pounds per second ft-lb/sec coefficient,valve flow C,, formazin turbidity unit(s) FTU condensate return CR frequency freq cubic cu fuel oil FO cubic centimeter(s) cc fuel oil supply FOS cubic feet per day cfd fuel oil return FOR cubic feet per hour cfh cubic feet per minute cfm gallon(s) gal cubic feet per minute, gallons per day gpd standard conditions scfm gallons per day per cubic feet per second cfs cubic foot gpd/cu ft cubic foot(feet) cu ft gallons per day per cubic inch(es) cu in square foot gpd/sq ft cubic yard(s) cu yd gallons per hour gph gallons per minute gpm decibels dB gallons per second gps decibels(A scale) dBa gas chromatography and degree(s) deg mass spectrometry GC-MS dewpoint temperature dpt gauge ga diameter dia grain(s) gr direct current dc gram(s) g SRO Wellfield MV Cable Replacement References Collier County 01095 -3 w ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 11 F grams per cubic centimeter gm/cc noise criteria nc Heat Transfer Coefficient U noise reduction coefficient NRC height hgt number no Hertz Hz horsepower hp ounce(s) oz horsepower-hour hp-hr outside air oa hour(s) hr outside diameter OD humidity,relative rh hydrogen ion concentration pH parts per billion ppb parts per million ppm inch(es) in percent pct inches per second ips phase(electrical) ph inside diameter ID pound(s) lb pounds per cubic foot pcf Jackson turbidity unit(s) JTU pounds per cubic foot per hour pcf/hr kelvin K pounds per day lbs/day kiloamperes kA pounds per day per kilogram(s) kg cubic foot lbs/day/cu ft kilometer(s) km pounds per day per kilovar(kilovolt-amperes square foot lbs/day/sq ft reactive) kvar pounds per square foot psf kilovolt(s) kV pounds per square foot kilovolt-ampere(s) kVA per hour psf/hr kilowatt(s) kW pounds per square inch psi kilowatt-hour(s) kWh pounds per square inch linear foot(feet) lin ft absolute psia liter(s) L pounds per square inch gauge psig megavolt-ampere(s) MVA power factor PF meter(s) m pressure drop or micrograms per liter ug/L difference dp miles per hour mph pressure, dynamic milliampere(s) mA (velocity) vp milligram(s) mg pressure,vapor vap pr milligrams per liter mg/L milliliter(s) mL quart(s) qt millimeter(s) mm million gallons MG Rankine R million gallons per day mgd relative humidity rh millisecond(s) ms resistance res millivolt(s) mV return air ra minute(s) min revolution(s) rev mixed liquor suspended revolutions per minute rpm solids MLSS revolutions per second rps nephelometric turbidity Right of Way .ROW unit NTU root mean squared rms net positive suction head NPSH SRO Wellfield MV Cable Replacement References Collier County 01095 -4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 safety factor sf watt-hour demand WHD second(s) sec watt-hour demand meter WHDM shading coefficient SC week(s) wk sludge density index SDI weight wt wet-bulb WB Sound Transmission wet bulb temperature WBT Coefficient STC specific gravity sp gr yard(s) yd specific volume Sp Vol year(s) yr sp ht at constant pressure Cp square sq square centimeter(s) sq cm square foot(feet) sq ft square inch(es) sq in square meter(s) sq m square yard(s) sq yd standard std static pressure st pr supply air sa suspended solids SS temperature temp temperature difference TD temperature entering TE temperature leaving TL thousand Btu per hour Mbh thousand circular mils kcmil thousand cubic feet Mcf threshold limit value TLV tons of refrigeration tons torque TRQ total dissolved solids TDS total dynamic head TDH total kjeldahl nitrogen TKN total oxygen demand TOD total pressure TP total solids TS total suspended solids TSS total volatile solids TVS vacuum vac viscosity visc volatile organic chemical VOC volatile solids VS volatile suspended solids VSS volt(s) V volts-ampere(s) VA volume vol watt(s) W watthour(s) Wh SRO Wellfield MV Cable Replacement References Collier County 01095 -5 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.05 REFERENCE PUBLICATIONS The following publications are incorporated into this manual and are made a part of this Manual as is set out verbatim in this Manual. Violations of any provision of every such publication, latest revision, shall be a violation of County Ordinance. A. Florida Department of Environmental Protection for Water, Wastewater,and Reclaimed Water Systems, latest revisions of F.A.C. Chapters 62-550, 62-555,62-600, 62-604, 62-610, 64E-6, and 64E-8, 3900 Commonwealth Boulevard M.S. 49,Tallahassee,Florida, 32399. B. American National Standards Institute, latest revisions of applicable standards, 1819 L Street NW, Suite 600, Washington, D.C., 20036. C. American Society for Testing and Materials,latest revisions of applicable standards,ASTM International, 100 Barr Harbor Drive,PO Box C700, West Conshohocken, Pennsylvania, 19428-2959. D. Florida Department of Transportation, Standard Specifications for Road and Bridge Construction, Maps&Publications Sales,Mail Station 12, 605 Suwannee Street,Tallahassee, Florida 32399-0450. E. National Electrical Code, latest revisions of applicable requirements. F. National Electrical Manufacturer's Association, 155 East 44th St.,NY,NY 10017. G. Occupational Safety and Health Act, U.S. Dept. of Labor, Occupational Safety and Health Administration, 299E.Broward Blvd.—Rm 302,Ft.Lauderdale,FL 33301. H. Underwriters Laboratories, Inc., 207 East Ohio Street,Chicago, IL 60611. 1.06 REFERENCE STANDARDS A. Latest Edition: Construe references to furnishing materials or testing,which conform to the standards of a particular technical society, organization, or body,to mean the latest standard, code, or specification of that body, adopted and published as of the date of bidding this Contract. Standards referred to herein are made a part of these Specifications to the extent that is indicated or intended. B. Precedence: The duties and responsibilities of the COUNTY, CONTRACTOR or ENGINEER, or any of their consultants,agents or employees are set forth in the Contract Documents,and are not changed or altered by any provision of any referenced standard specifications,manuals or code,whether such standard manual or code is or is not specifically incorporated by reference in the Contract Documents.Any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority,to undertake responsibility contrary to the powers of the ENGINEER as set forth in the Contract Documents cannot be assigned to the ENGINEER or any of the ENGINEER's consultants,agents or employees. 1.07 DEFINITIONS SRO Wellfield MV Cable Replacement References Collier County 01095 -6 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 A. In these Contract Documents the words furnish,install,and provide are defined as follows: 1. Furnish(Materials): to supply and deliver to the project ready for installation and in operable condition. 2. Install (services or labor): to place in final position,complete, anchored, connected in operable condition. 3. Provide: to furnish and install complete. Includes the supply of specified services. When neither furnish,install, or provide is stated,provided is implied. 4. COUNTY or OWNER: Collier County,Florida,or authorized staff or representatives. 5. ENGINEER: The terms Design Professional,Design Engineer,Engineer,and Engineer of Record are interchangeably used throughout the Contract Documents. PART 2—PRODUCTS(NOT USED) PART 3 —EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement References Collier County 01095 -7 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement References Collier County 01095 - 8 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01110 ENVIRONMENTAL PROTECTION PROCEDURES PART 1 -GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall furnish all labor,materials and equipment and perform all work required for compliance with federal, state,and local environmental protection laws and regulations,during and as the result of construction operations under this Contract. The CONTRACTOR shall be responsible for remediating any impact arising from the construction of the project to the preserve area adjacent to the project site. The CONTRACTOR will bear the full cost of the remediation including payment of any fines by regulatory agencies. B. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of the work. Provide erosion control measures such as diversion channels, sedimentation or filtration systems,berms, staked hay bales,seeding, mulching or other special surface treatments as are required to prevent silting and muddying of streams,rivers, impoundments, lakes,etc. All erosion control measures shall be in place in an area prior to any construction activity in that area. 1.02 APPLICABLE REGULATIONS A. Comply with all applicable Federal, State and Local laws and regulations concerning environmental pollution control and abatement. 1.03 NOTIFICATIONS A. The ENGINEER will notify the CONTRACTOR in writing of any non-compliance with the foregoing provisions or of any environmentally objectional acts and corrective action to be taken. State or local agencies responsible for verification of certain aspects of the environmental protection requirements shall notify the CONTRACTOR in writing,through the ENGINEER, of any non-compliance with State or local requirements. After receipt of such notice from the ENGINEER or from the regulatory agency through the ENGINEER, immediately take corrective action. Such notice,when delivered to the CONTRACTOR or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. If the CONTRACTOR fails or refuses to comply promptly,the ENGINEER may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for excess costs or damages by the CONTRACTOR unless it is later determined that the CONTRACTOR was in compliance. 1.04 IMPLEMENTATION A. Prior to commencement of the work,meet with the ENGINEER to develop mutual understandings relative to compliance with these provisions and administration of the environmental pollution control program. B. Remove temporary environmental control features,when approved by the ENGINEER and incorporate permanent control features into the project at the earliest practicable time. SRO Wellfield MV Cable Replacement Environmental Protection Procedures Collier County 01110 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 PART 2 -PRODUCTS (NOT USED) PART 3 —EXECUTION 3.01 EROSION CONTROL A. Provide positive means of erosion control such as shallow ditches around construction to carry off surface water. Erosion control measures, such as siltation basins,hay check dams,mulching,jute netting and other equivalent techniques, shall be used as appropriate. Flow of surface water into excavated areas shall be prevented. Ditches around construction area shall also be used to carry away water resulting from dewatering of excavated areas. At the completion of the work, ditches shall be backfilled and the ground surface restored to original condition. 3.02 PROTECTION OF SURFACE WATERS A. Take all precautions to prevent, or reduce to a minimum, any damage to any surface water from pollution by debris, sediment or other material, or from the manipulation of equipment and/or materials. Water that has been used for washing or processing, or that contains oils or sediments that will reduce the quality of the surface water, shall not be directly returned to the surface water. Divert such waters through a settling basin or filter before being directed into surface waters. B. Do not discharge water from dewatering operations directly into any channel,wetlands, surface water or any storm sewer. Water from dewatering operations shall be treated by filtration, settling basins, or other approved method to reduce the amount of sediment contained in the water to allowable levels. C. Take all preventative measures to avoid spillage of petroleum products and other pollutants. In the event of any spillage,prompt remedial action shall be taken in accordance with a contingency action plan approved by the Florida Department of Environmental Protection. Submit two copies of approved contingency plans to the ENGINEER. 3.03 PROTECTION OF LAND RESOURCES A. Restore land resources within the project boundaries and outside the limits of permanent work to a condition,after completion of construction,which will appear to be natural and not detract from the appearance of the project. Confine all construction activities to areas shown on the Drawings. B. Outside of areas requiring earthwork for the construction of the new facilities, do not deface, injure, or destroy trees or shrubs,nor remove or cut them without prior approval. No ropes, cables, or guys shall be fastened to or attached to any existing nearby trees for anchorage unless specifically authorized by the ENGINEER. Where such special emergency use is permitted,first wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be tied before any rope,cable,or wire is placed. The CONTRACTOR shall in any event be responsible for any damage resulting from such use. C. Before beginning operations near them,protect trees that may possibly be defaced,bruised, injured,or otherwise damaged by the construction equipment, dumping or other operations, by placing boards,planks, or poles around them. Monuments and markers shall be protected similarly. SRO Wellfield MV Cable Replacement Environmental Protection Procedures Collier County 01110-2 hF ©2014 CDM Smith 6295-ltT51 All Rights Reserved Bid Set Feb-14 D. Any trees or other landscape features scarred or damaged by the CONTRACTOR'S equipment or operations shall be restored as nearly as possible to their original condition. The ENGINEER will decide the method of restoration to be used and whether damaged trees shall be treated and healed or removed and disposed of. 1. All scars made on trees by equipment,construction operations, or by the removal of limbs larger than 1-in in diameter shall be coated as soon as possible with an approved tree wound dressing. All trimming or pruning shall be performed in an approved manner by experienced workmen with saws or pruning shears. Tree trimming with axes will not be permitted. 2. Climbing ropes shall be used where necessary for safety. Trees that are to remain,either within or outside established clearing limits,that are subsequently damaged by the CONTRACTOR and are beyond saving in the opinion of the ENGINEER, shall be immediately removed and replaced. E. The locations of the CONTRACTOR's storage and other construction buildings,required temporarily in the performance of the work, shall be cleared portions of the job site or areas to be cleared as shown on the Drawings and approved by the ENGINEER and shall not be within wetlands or floodplains. The preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings. Drawings showing storage facilities shall be submitted for approval of the ENGINEER. F. If the CONTRACTOR proposes to construct embankments and excavations for work areas,he shall submit the following for approval at least ten days prior to scheduled start of such temporary work. 1. A layout of all excavations,embankments and drainage to be constructed within the work area. G. Remove all signs of temporary construction facilities such as haul roads,work areas, structures, foundations of temporary structures, stockpiles of excess of waste materials, or any other vestiges of construction as directed by the ENGINEER. It is anticipated that excavation, filling and plowing of roadways will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon. The disturbed areas shall be prepared and sodded as described in Section 02900,or as approved by the ENGINEER. H. All debris and excess material will be disposed of outside wetland or floodplain areas in an environmentally sound manner. 3.04 PROTECTION OF AIR QUALITY A. Burning-The use of burning at the project site for the disposal of refuse and debris will not be allowed. B. Dust Control -Maintain all excavations,embankment, stockpiles,waste areas,borrow areas,and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded and which would cause a hazard or nuisance to others. C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited. The use of chlorides will not be permitted. D. Sprinkling,to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the CONTRACTOR shall have sufficient competent SRO Wellfield MV Cable Replacement Environmental Protection Procedures Collier County 01110 -3 liP ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 equipment on the job to accomplish this. Dust control shall be performed as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the ENGINEER. 3.05 NOISE CONTROL A. Make every effort to minimize noises caused by the construction operations. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with Federal, State and local codes and regulations. 3.06 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION A. Maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or until the material concerned has become stabilized to the extent that pollution is no longer being created. END OF SECTION SRO Wellfield MV Cable Replacement Environmental Protection Procedures Collier County 01110-4 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 I IF SECTION 01100 SPECIAL PROJECT PROCEDURES PART I -GENERAL 1.01 RELOCATIONS A. The CONTRACTOR shall be responsible for the relocation of structures, including but not limited to light poles, signs, sign poles, fences,piping, conduits and drains that interfere with the positioning of the work as set out on the Drawings. The cost of all such relocations shall be included in the bid for the project and shall not result in any additional cost to the OWNER. 1.02 OBSTRUCTIONS A. The attention of the CONTRACTOR is drawn to the fact that during excavation at the Project site,the possibility exists of the CONTRACTOR encountering various water,chemical, electrical,or other lines not shown on the Drawings. Exercise extreme care before and during excavation to locate and flag these lines so as to avoid damage to the existing lines. Should damage occur to an existing line,repair the line at no cost to the OWNER. B. It is the responsibility of the CONTRACTOR to ensure that all utility or other poles,the stability of which may be endangered by the close proximity of excavation, are temporarily stayed in position while work proceeds in the vicinity of the pole and that the utility or other companies concerned be given reasonable advance notice of any such excavation by the CONTRACTOR. 1.03 PROVISIONS FOR THE CONTROL OF DUST A. Sufficient precautions shall be taken during construction to minimize the amount of dust created. Wetting down the site may be required or as directed by the ENGINEER to prevent dust as a result of vehicular traffic. 1.04 EXISTING UTILITY PROTECTION A. Existing utilities are shown in their approximate locations. Locate and protect all utilities whether shown on Drawings or not. B. Contact utility companies at least seven(7)days before starting construction so maintenance personnel can locate and protect facilities,if required by the utility company. 1.05 WARRANTIES A. All equipment supplied under this Contract shall be warranted by the CONTRACTOR and the equipment MANUFACTURERS in accordance with the General Conditions for a period of 12 months, unless otherwise specified. Warranty period shall commence on the date of Certificate of Substantial Completion. B. The equipment shall be warranted to be free from defects in workmanship,design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced by the CONTRACTOR in the machine(s)and the unit(s)restored to service at no expense to the OWNER. SRO Wellfield MV Cable Replacement Special Project Procedures Collier County 01100- 1 1 1F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Obtain equipment warranties in accordance with Section 01740 from each of the respective suppliers or MANUFACTURERS for all the equipment specified under Divisions 02 through 16. The form of warranty is included at the end of this Section. D. The MANUFACTURER's warranty period shall run concurrently with the CONTRACTOR's warranty or guarantee period. No exception to this provision shall be allowed. 1.06 FINAL GUARANTEE A. All work shall be guaranteed by the CONTRACTOR for a period of 1 year from and after the date of Certificate of Substantial Completion. B. If, within the guarantee period, repairs or changes are required in connection with guaranteed work,which, in the opinion of the ENGINEER, is rendered necessary as the result of the use of materials,equipment or workmanship which are inferior, defective, or not in accordance with the terms of the Contract, promptly upon receipt of notice from the OWNER and without expense to the OWNER, do the following. 1. Place in satisfactory condition in every particular all of such guaranteed work and correct all defects therein. 2. Make good all damage to the building or site, or equipment or contents thereof,which, in the opinion of the ENGINEER, is the result of the use of materials, equipment or workmanship which are inferior,defective,or not in accordance with the terms of the contract. 3. Make good any work or material,or the equipment and contents of building, structure of site disturbed in fulfilling any such guarantee. C. If the CONTRACTOR, after notice,fails within 10 days to proceed to comply with the terms of this guarantee,the OWNER may have the defects corrected,and the CONTRACTOR and his/her surety shall be liable for all expense incurred,provided,however,that in case of an emergency where, in the opinion of the OWNER,delay would cause loss or damage, repairs may be started without notice being given to the CONTRACTOR and the CONTRACTOR shall pay the cost thereof. D. All special guarantees or warranties applicable to specific parts of the work as may be stipulated in the Contract Documents or other papers forming a part of this Contract shall be subject to the terms of this paragraph during the first year of life of each such guarantee. All special guarantees and MANUFACTURERS'warranties shall be assembled by the CONTRACTOR and delivered to the ENGINEER,along with a summary list thereof,before the acceptance of the Work. 1.07 ARCHEOLOGICAL FINDS A. Notwithstanding anything to the contrary herein,in the event any archeological artifacts within the project are discovered during the course of the work,the OWNER shall have and retain all right,title, and interest to such artifacts and shall have the further right, during the course of the Contract,to examine or cause to have examined,the site of the work for any such artifacts and to perform or have performed archeological excavations and all other related work to explore for, discover, recover and remove such artifacts from the site of the work. In the event the work or archeological examination and related work delays the CONTRACTOR's work,he/she shall be entitled to an extension of time to complete the work equal to the number of days he/she is thus delayed. Such delay shall be considered an excusable delay as defined in the general conditions. SRO Wellfield MV Cable Replacement Special Project Procedures Collier County 01100 -2 ©2014 CDM Smith 6295-1015/8 All Rights Reserved Bid Set Feb-14 1.08 DAMAGE ON ACCOUNT OF HIGH WATER I 1F A. CONTRACTOR will hold himself responsible for all damage done to his/her work by heavy rains or floods and he/she shall take all reasonable precautions to provide against damages by building such temporary dikes, channels,or shoring to carry off storm water as the nature of the work may require. 1.09 HOURS OF OPERATION A. Operation of construction equipment for the Project is only permitted Monday through Friday, 7:00 AM to 7:00 PM and on Saturday 9:30 a.m.to 7 p.m. Obtain written consent from the County Manager or designee for operation of construction equipment during any other period. B. Do not carry out non-emergency work, including equipment moves,on Saturdays or Sundays without prior written authorization by the County Manager or designee. 1.10 CONTRACTOR'S DAILY REPORTS A. The CONTRACTOR shall submit daily reports of construction activities, including non-working days. The report shall include: 1. Manpower, number of men by craft; 2. Equipment on the project and whether in use or idle; 3. Major deliveries; 4. Activities work with reference to the CPM schedule activity numbers; 5. New problems; 6. Weather Conditions-temperature,rainfall, cloud cover,etc.; and 7. Other pertinent information. B. A similar report shall be submitted for/by each Subcontractor. C. The reports shall be submitted to the ENGINEER'S Office within two days of the respective report date. Each report shall be signed by the Contractor's Superintendent or Project Manager. D. Information provided on the daily report shall not constitute notice of delay or any other notice required by the Contract Documents. Notice shall be as required therein. E. See requirements for the Quality Control Daily Report and the form in Section 01400. 1.11 EMERGENCIES A. Emergency phone numbers (fire,medical,police) shall be posted at the CONTRACTOR's phone and its location known to all, as well as at project sites where work is in progress. B. Accidents shall be reported immediately to the ENGINEER by messenger or phone. C. All accidents shall be documented and a fully detailed written report submitted to the ENGINEER after each accident. D. The CONTRACTOR shall at all times after regular working hours, including weekend and holidays,maintain a telephone where he or his representative can be reached on an emergency basis. The CONTRACTOR or his representative shall be prepared to act to correct conditions on SRO Wellfield MV Cable Replacement Special Project Procedures Collier County 01100-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 the site deemed to constitute an emergency by the OWNER, ENGINEER or local authorities and is obligated to act to prevent threatened damage, injury or loss without special instructions from the ENGINEER. The CONTRACTOR shall give the ENGINEER prompt written notice of all significant changes in the work or deviations from the Contract Documents caused thereby. If a condition on the site requires attention after hours, either the OWNER, ENGINEER or local Authority shall call the CONTRACTOR or his representative at the emergency telephone number, identify himself and describe the emergency condition. The CONTRACTOR is expected to dispatch personnel and equipment to adequately institute corrective measures within two (2)hours. If for some reason the CONTRACTOR or his agent cannot be reached at the emergency number after a reasonable time(1/2-hour),the OWNER shall have the right to immediately initiate corrective measures, and the cost shall be borne on the CONTRACTOR. E. In the event that the CONTRACTOR fails to maintain safe job conditions and traffic conditions, including but not limited to,trench settlement and hazardous storage of backfill or construction materials,the ENGINEER, after failure of the CONTRACTOR to commence substantial steps at the job site to rectify the situation within two(2)hours of the time the CONTRACTOR has been notified of the unsafe condition,may hire guards,take such precautions,make such repairs and take any other steps which the OWNER or ENGINEER in its discretion, considers necessary to protect the property,persons, or the OWNER. The cost of any of these precautions,guards, or steps shall be deducted from the payments due the CONTRACTOR, and the CONTRACTOR will be billed for these services, work and material at prevailing rates. 1.12 CLAIMS FOR PROPERTY DAMAGES AND CITIZEN'S CONCERNS/INQUIRIES A. In the event of any indirect or direct damage to public or private property caused in whole or in part by an act,omission or negligence on the part of the CONTRACTOR,any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable,the CONTRACTOR shall at his own expense and cost promptly remedy and restore such property to a condition equal to or better than that existing before such damage was done. The CONTRACTOR shall perform such restoration by underpinning,repairing,rebuilding,replanting, or otherwise restoring as may be required by the ENGINEER or OWNER, or shall make good such damage in a satisfactory and acceptable manner. In case of failure on the part of the CONTRACTOR to promptly restore such property or make good such damage,the ENGINEER may,upon five(5)calendar days written notice, proceed to repair,rebuild or otherwise restore such property as may be necessary and the cost thereof,or a sum sufficient in the judgement of the ENGINEER to reimburse the OWNERS of the property so damaged,will be deducted from any monies due to become due the CONTRACTOR under this Contract. B. CONTRACTOR shall designate responsible member of his organization as a public information coordinator for the project. The coordinator shall attend and actively participate in periodic public information meetings scheduled by the ENGINEER, if requested. The coordinator shall not be the CONTRACTOR's project manager or superintendent. All costs associated with the coordinator shall be included in the work;no separate payment shall be made. C. CONTRACTOR shall designate a responsible member of his organization as an on-site complaint resolution coordinator for this project,which can be the same person in 1.24,B. The complaint resolution coordinator shall be responsible for prevention and resolution of citizen concerns/inquiries and the protection of material,equipment,and private property. The coordinator shall not be the CONTRACTOR's project manager or superintendent. All costs associated with the coordinator shall be included in the work;no separate payment shall be made. SRO Wellfield MV Cable Replacement Special Project Procedures Collier County 01100-4 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 hF PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION(NOT USED) SRO Wellfield MV Cable Replacement Special Project Procedures Collier County 01100 -5 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 WARRANTY FOR EQUIPMENT ITEM PROJECT TITLE: OWNER: PROJECT NUMBER: EQUIPMENT ITEM: SECTION NO./ITEM NO.: SUPPLIER: SUPPLIER'S ADDRESS: SUPPLIER'S REFERENCE NO.: The undersigned guarantees that the above equipment is of good merchantable quality,free from defects in material or workmanship,fully meets the type,quality, design and performance requirements defined in the Contract Documents of the above project, and that the equipment will in actual operation satisfactorily perform the functions for which installed. The undersigned agrees to repair,replace,or otherwise make good, any defect in workmanship or materials in the above described equipment which may develop within a period of 12 months from the date of final acceptance by the OWNER of the above named project. 12 months from the date of Substantial Completion: (Insert Date of Substantial Completion) COMPANY COMPANY ADDRESS PHONE NO. FAX NO.: BY TITLE SIGNED DATE END OF SECTION SRO Wellfield MV Cable Replacement Special Project Procedures Collier County 01100-6 F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01170 ADDITIONAL PROJECT PROVISIONS PART 1 -GENERAL 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR A. General obligations of the CONTRACTOR shall be as set forth in the Contract Documents. Unless special payment is specifically provided in Section 01025, all incidental work and expense in connection with the completion of work under the Contract will be considered a subsidiary obligation of the CONTRACTOR and all such costs shall be included in the appropriate items in the Bid Form in connection with which the costs are incurred. 1.02 SITE INVESTIGATION A. The CONTRACTOR shall satisfy himself as to the conditions existing within the project area,the type of equipment required to perform the work,the character, quality and quantity of the subsurface materials to be encountered insofar from an inspection of the site,as well as from information presented by the Drawings and related Sections. CONTRACTOR shall get his own geotechnical information if he/she deems it necessary. Any failure of the CONTRACTOR to acquaint himself with the available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The OWNER assumes no responsibility for any conclusions or interpretation made by the CONTRACTOR on the basis of the information made available by the OWNER. 1.03 COORDINATION A. Provide OWNER with immediate notification of any pipe breaks,electrical conduit or cable breaks, or any chemical spills. B. Notify Sunshine at 1-800-432-4770 at least seven(7)days before digging,trenching, demolishing,backfilling,grading,landscaping or other earth moving operations in any public ways,rights of way and easements. 1.04 PROGRESS SCHEDULE A. Submit a progress schedule before starting any work, in accordance with Section 01310. B. Review the progress schedule with the ENGINEER on a monthly basis or more frequently as required by the ENGINEER. The progress schedule shall be adjusted as required in accordance with the General Conditions. 1.06 PERMITS A. Obtain all necessary permits required for proper execution of the project.Fill out all forms and furnish all drawings required to obtain the permits. A copy of each permit shall be submitted to the ENGINEER. All fees associated with these permits shall be paid by the CONTRACTOR as part of the work. Work shall not commence on any phase of the work requiring a permit until the permit is obtained. SRO Wellfield MV Cable Replacement Additional Project Provisions Collier County 01170- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 B. Obtain required street opening permits for excavations within streets or sidewalk areas. PART 2—PRODUCT(NOT USED) PART 3 —EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Additional Project Provisions Collier County 01170 -2 ©2014 CDM Smith 6295-less All Rights Reserved Bid Set Feb-14 SECTION 01200 1. iF PROJECT MEETINGS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. The Engineer shall schedule and administer pre-construction meeting,periodic progress meetings and specially called meetings throughout progress of the work. 1. Prepare agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record the minutes; include significant proceedings and decisions. 5. Reproduce and distribute copies of minutes within 15 working days after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting. B. Representatives of Contractors, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. Attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 RELATED REQUIREMENTS A. Submittals are included in Section 01300. B. Progress Schedules are included in Section 01310. C. Project Record Documents are included in Section 01720. D. Operating and Maintenance Data is included in Section 01730. 1.03 PRE-CONSTRUCTION MEETING A. Schedule a preconstruction meeting no later than 15 days after date of Notice to Proceed. B. Location: WTP conference room. C. Attendance 1. Owner's Representative. 2. Engineer and his/her professional consultants. SRO Wellfield MV Cable Replacement Project Meetings Collier County 01200- 1 ©2014 CDM Smith 6295-17T571, All Rights Reserved Bid Set Feb-14 3. Resident Project Representative. 1 1. F 4. Contractor's Superintendent. 5. Major Subcontractors. 6. Major suppliers. 7. Utilities if required. 8. Others as appropriate. D. Suggested Agenda 1. Distribution and discussion of: a. List of major subcontractors and suppliers. b. Projected Construction Schedules. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project Coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment including Schedule of Values. f. Payment Procedures. 6. Adequacy of distribution of Contract Documents. 7. Procedures for maintaining Record Documents. 8. Use of premises: a. Office,work and storage areas. b. Owner's requirements. 9. Construction facilities, controls and construction aids. 10. Temporary utilities. 11. Housekeeping procedures. 12. Emergency contacts. SRO Wellfield MV Cable Replacement Project Meetings Collier County 01200-2 ©2014 CDM Smith 62951 •F All Rights Reserved Bid Set Feb-14 1.04 PROGRESS MEETINGS A. Schedule regular periodic meetings. The progress meetings will be held every 30 days with the first meeting 30 days after the pre-construction meeting or 30 days after the date of Notice to Proceed. B. Hold called meetings as required by progress of the work. C. Location of the meetings: WTP conference room. D. Attendance 1. Owner's representative. 2. Engineer and his/her professional consultants as needed. 3. Subcontractors as appropriate to the agenda. 4. Suppliers as appropriate to the agenda. 5. Others as appropriate. E. Suggested Agenda 1. Review,approval of minutes of previous meeting. 2. Review of work progress since previous meeting. 3. Field observations, problems and conflicts. 4. Problems which impede Construction Schedule. 5. Review of off-site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to Construction Schedule. 8. Progress, schedule, during succeeding work period. 9. Coordination of schedules. 10. Review submittal schedules; expedite as required. 11. Maintenance of quality standards. 12. Pending changes and substitutions. 13. Review proposed changes for: a. Effect on Construction Schedule and on completion date. b. Effect on other contracts of the project. SRO Wellfield MV Cable Replacement Project Meetings Collier County 01200-3 ie• ©2014 CDM Smith 6295-101 All Rights Reserved Bid Set Feb-14 14. Complaints. 15. Other business. 16. Construction schedule. 17. Critical/long lead items. F. Attend progress meetings and is to study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics such as deliveries of materials and equipment, progress of the work, etc. G. Provide a current submittal log at each progress meeting in accordance with Section 01300. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Project Meetings Collier County 01200-4 ©2014 CDM Smith 6295-10 8 F All Rights Reserved Bid Set Feb-14 SECTION 01300 SUBMITTALS PART I GENERAL 1.01 SCOPE OF WORK A. This Section includes the requirements for compiling,processing and transmitting submittals required for execution of the project. B. Submittals are categorized into two types: Action Submittals and Informational Submittals, as follows: 1. Action Submittal: Written and graphic information submitted by the Contractor that requires the Engineer's approval. The following are examples of action submittals: a. Shop drawings (including working drawings and product data) b. Samples c. Operation&maintenance manuals d. Site Usage Plan(Contractor's staging-including trailer siting and material laydown area) e. Schedule of values f. Payment application format 2. Informational Submittal: Information submitted by the Contractor that does not require the Engineer's approval.The following are examples of informational submittals: a. Shop Drawing Schedule b. Construction Schedule c. Statements of Qualifications d. Health and Safety Plans e. Construction Photography and Videography f. Work Plans g. Maintenance of Traffic Plans h. Outage Requests i. Proposed Testing Procedures j. Test Records and Reports k. Vendor Training Outlines/Plans 1. Test and Start-Up Reports m. Certifications n. Record Drawings o. Record Shop Drawings p. Submittals required by laws,regulations and governing agencies q. Submittals required by funding agencies r. Other requirements found within the technical specifications s. Warranties and Bonds t. As-Built Surveys u. Contract Close-out Documents 1.02 RELATED WORK A. Additional requirements may be specified in the General Conditions for the Contract. SRO Wellfield MV Cable Replacement Submittals Collier County 01300- 1 lIF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 B. Additional submittal requirements may be specified in the respective technical Specification Sections. C. Applications for Payment are included in Section 01027. D. Requests for Information are included in Section 01038. E. Field Engineering(Surveying) is included in Section 01050. F. Construction Schedules are included in Section 01310. G. Audio Video Taping is included in Section 01380. H. Construction Photos are included in Section 01390. I. Contract closeout submittals are included in Section 01700. J. Project Record Documents are included in Section 01720. K. Operation and Maintenance manuals are included in Section 01730. L. Warranties and Bonds are included in Section 01740. 1.03 CONTRACTOR'S RESPONSIBILITIES A. All submittals shall be clearly identified as follows: 1. Date of Submission. 2. Project Number. 3. Project Name. 4. Contractor Identification. a. Contractor. b. Supplier. c. Manufacturer. d. Manufacturer or supplier representative. 5. Identification of the Product. 6. Reference to Contract Drawing. 7. Reference to specification section number,page and paragraph(s). 8. Reference to applicable standards, such as ASTM or Federal Standards numbers. 9. Indication of Contractor's approval. 10. Contractor's Certification statement. 11. Identification of deviations from the Contract Documents,if any. SRO Wellfield MV Cable Replacement Submittals Collier County 01300-2 F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 12. Reference to previous submittal(for resubmittals). 13. Made in America(when required by the Contract). B. Submittals shall be clear and legible,and of sufficient size for legibility and clarity of the presented data. C. Submittal Log. Maintain a log of all submittals.The submittal log shall be kept accurate and up to date. This log should include the following items(as applicable): 1. Description. 2. Submittal Number. 3. Date transmitted to the Engineer. 4. Date returned to Contractor(from Engineer). 5. Status of Submittal (Approved/Not Approved/etc.). 6. Date of Resubmittal to Engineer and Return from Engineer(if applicable and repeat as necessary). 7. Date material released for fabrication. 8. Projected(or actual)delivery date. D. Numbering System. Utilize the following submittal identification numbering system: 1. The first character shall be a D, S,M or I which represents Shop Drawing(including working drawings and product data), Sample,Manual (Operating&Maintenance)or Informational,respectively. 2. The next five digits shall be the applicable Section Number. 3. The next three digits shall be the sequential number of each separate item or drawing submitted under each Specification Section,in the chronological order submitted, starting at 001. 4. The last character shall be a letter,A to Z, indicating the submission(or resubmission)of the same submittal, i.e., "A" = 1st submission, "B" =2nd submission, "C" =3rd submission,etc. A typical submittal number would be as follows: a. D-03300-008-B. b. D=Shop Drawing 03300=Section for Concrete. c. 008=the eighth different submittal under this Section. d. B =the second submission(first resubmission)of that particular shop drawing. E. Variances 1. Notify the Engineer in writing,at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. SRO Wellfield MV Cable Replacement Submittals Collier County 01300-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. Notify the Engineer in writing,at the time of re-submittal(resubmission), of all deviations from previous submissions of that particular shop drawing, except those deviations which are the specific result of prior comments from the Engineer. F. Action Submittals 1. Shop Drawings, Working Drawings,Product Data and Samples. a. Shop Drawings. 1) Shop drawings as defined in the General Conditions, and as specified in individual Sections may include, but are not necessarily limited to,custom prepared data such as fabrication and erection/installation(working)drawings, scheduled information, setting diagrams, actual shop work manufacturing instructions,custom templates,valve schedules,wiring diagrams,coordination drawings,equipment inspection and test reports, and performance curves and certifications, as applicable to the work. 2) Contractor shall verify all field measurements, field construction criteria, materials, dimensions,catalog numbers and similar data, and coordinate each item with other related shop drawings and the Contract requirements. 3) All details on shop drawings shall clearly show the relation of the various parts to the main members and lines of the structure and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted. 4) All shop drawings submitted by subcontractors and vendors shall be reviewed by the Contractor. Contractor shall confirm,materials,dimensions,catalog numbers, technical data and performance criteria; and shall coordinate with other related shop drawings and the Contract requirements. In addition, Contractor shall confirm existing field conditions and dimensions and assure that the submittal is coordinated and compatible with existing conditions. Submittals directly from subcontractors or vendors will not be accepted by the Engineer. 5) The Contractor shall be responsible the accuracy of the subcontractor's or vendor's submittal; and,for their submission in a timely manner to support the requirements of the Contractor's construction schedule. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractor or vendor to correct,before submission to the Engineer.All shop Drawings shall be approved by the Contractor. 6) Delays to construction due to the untimely submission of submittals will constitute inexcusable delays, for which Contactor shall not be eligible for additional cost nor additional contract time. Inexcusable delays consist of any delay within the Contactor's control. b. Working Drawings 1) Detailed installation drawings(equipment,electrical conduits and controls etc.) shall be prepared and submitted for review and approval by the Engineer prior to installing such work. Installation drawings shall be to-scale and shall be fully dimensioned. 2) Equipment working drawings shall show all equipment dimensions, anchor bolts, support pads,and electrical connections. In addition, show clearances required around such equipment for maintenance of the equipment. c. Product Data 1) Product data,as specified in individual Specification Sections, include,but are not limited to,the manufacturer's standard prepared data for manufactured SRO Wellfield MV Cable Replacement Submittals Collier County 01300-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 products(catalog data),such as the product specifications, installation instructions,availability of colors and patterns,rough-in diagrams and templates, product photographs(or diagrams),wiring diagrams,performance curves, quality control inspection and reports,certifications of compliance(as specified or otherwise required),mill reports, product operating and maintenance instructions, recommended spare parts and product warranties,as applicable. d. Samples 1) Furnish, samples required by the Contract Documents for the Engineer's approval. Samples shall be delivered to the Engineer as specified or directed. Unless specified otherwise,provide at least two samples of each required item. Materials or equipment for which samples are required shall not be used in the work unless and until approved by the Engineer. 2) Samples specified in individual Specification Sections,include,but are not limited to: physical examples of the work(such as sections of manufactured or fabricated work), small cuts or containers of materials, complete units of repetitively-used products,color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols, and other specified • units of work. 3) Approval of a sample shall be only for the characteristics or use named in such approval and shall not be construed to change or modify and Contract Requirements. 4) Approved samples not destroyed in testing shall be sent to the Engineer or stored at the site of the work. Approved samples of the hardware in good condition will be marked for identification and may be used in the work. Materials and equipment incorporated in work shall match the approved samples. Samples which fail testing or are not approved will be returned to the Contractor at his expense, if so requested at time of submission. e. Professional Engineer(P.E.)Certification Form 1) If specifically required in any of the technical Specification Sections, submit a Professional Engineer(P.E.)Certification for each item required, using the form appended to this Section. 2. Contractor's Certification a. Each shop drawing,working drawings,product data,and sample shall have affixed to it the following Certification Statement: 1) "Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials,dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." b. Shop drawings,working drawings,and product data sheets 11-in x 17-in and smaller shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet.The transmittal cover sheet for each identified shop drawing shall fully describe the packaged data and include a listing of all items within the package. 3. The review and approval of shop drawings,working drawings,product data, or samples by the Engineer shall not relieve the Contractor from the responsibility for the fulfillment of the terms of the Contract.All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefor. SRO Wellfield MV Cable Replacement Submittals Collier County 01300-5 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 4. Project work,materials, fabrication,and installation shall conform to approved shop drawings(including working drawings and product data) and applicable samples. 5. No portion of the work requiring a shop drawing(including working drawings and product data)or sample shall be started,nor shall any materials be fabricated or installed before approval of such item.Procurement,fabrication,delivery or installation or products or materials that do not conform to approved shop drawings shall be at the Contractor's risk. Furthermore, such products or materials delivered or installed without approved shop drawings,or in non-conformance with the approved shop drawings will not be eligible for progress payment until such time as the product or material is approved or brought into compliance with approved shop drawings.Neither the Owner nor Engineer will be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 6. Operation and Maintenance Data a. Operation and maintenance data shall be submitted in assembled manuals as specified. Such manuals shall include detailed instructions for Owner personnel on safe operation procedures, controls,start-up, shut-down, emergency procedures, storage, protection, lubrication,testing,trouble-shooting, adjustments,repair procedures,and other maintenance requirements. 7. Schedule of Values 1) On projects consisting of lump sums(in whole or in part)submit a proposed schedule of values providing a breakdown of lump sum items in to reasonably small components—generally disaggregated by building, area, and/or discipline. The purpose of the schedule of values is for processing partial payment applications. If requested by the Engineer,provide sufficient substantiation for all or some items as necessary to determine the proposed schedule of values is a reasonable representation of the true cost breakdown of the Work. The schedule of values shall not be unbalanced to achieve early payment or over-payment in excess of the value of work or any other mis-distribution of the costs. If, in the opinion of the Engineer,the schedule of values is unbalanced, Contractor shall reallocate components to achieve a balanced schedule acceptable to Engineer. 8. Payment Application Format 1) If an application form is included in the Contract Documents, use that form unless otherwise approved by the Engineer and Owner. If an application form is not included in the Contract Documents, Contractor may propose a form for approval. 9. Site Usage a. Submit a proposed site staging plan, including but not limited to the location of office trailers, storage trailers and material laydown. Such plan shall be a graphic presentation(drawing)of the proposed locations;and,shall include on-site traffic modifications,and temporary utilities, as may be applicable. G. Informational Submittals 1. Shop Drawing Schedule a. Prepare and submit a schedule indicating when shop drawings are required to be submitted to support the as-planned construction schedule. The submittal schedule SRO Wellfield MV Cable Replacement Submittals Collier County 01300-6 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 shall allow sufficient time for preparation and submittal,review and approval,and fabrication and delivery to support the construction schedule. 2. Construction Schedule a. Prepare and submit construction schedules and monthly status reports as specified. 3. Statements of Qualifications a. Provide evidence of qualification,certification,or registration, as required in the Contract Documents,to verify qualifications of licensed land surveyor,professional engineer,materials testing laboratory, specialty subcontractor,technical specialist, consultant, specialty installer, and other professionals. b. Health and Safety Plans 1) When specified,prepare and submit a general company Health and Safety Plan (HSP), modified or supplemented to include job-specific considerations. 4. Construction Photography and Videography a. Provide periodic construction photographs and videography as specified—including but not limited to preconstruction photographs and/or video,monthly progress photos and/or video and post-construction photographs and/or video. 5. Work Plans a. Prepare and submit copies of all work plans needed to demonstrate to the Owner that Contractor has adequately thought-out the means and methods of construction and their interface with existing facilities. 6. Maintenance of Traffic Plans a. Prepare maintenance of traffic plans where and when required by the Contract Documents and by local ordinances or regulations. If Contractor is not already knowledgeable about local ordinances and regulations regarding maintenance of traffic requirements,become familiar with such requirements and include all costs for preparation and submittal of traffic management plans and all associated costs for permits and fees to implement the traffic management plan,in the bid amount. In addition, unless a supplemental payment provision is provided in the bid form, include the cost of police attendance,when required. 7. Outage Requests a. Provide sufficient notification of any outages required(electrical, flow processes, etc.) as may be required to tie-in new work into existing facilities.Unless specified otherwise elsewhere,a minimum of seven calendar days' notice shall be provided. 8. Proposed Testing Procedures a. Prepare and submit testing procedures it proposes to use to perform testing required by the various technical specifications. 9. Test Records and Reports a. Provide copies of all test records and reports as specified in the various technical specifications. 10. Vendor Training Outlines/Plans a. At least two weeks before scheduled training of Owner's personnel,provide lesson plans for vendor training in accordance with the specification for O&M manuals. SRO Wellfield MV Cable Replacement Submittals Collier County 01300-7 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 11. Test and Start-up Reports a. Manufacture shall perform all pre-start-up installation inspection, calibrations, alignments, and performance testing as specified in the respective Specification Section. Provide copies of all such test and start-up reports. 12. Certifications a. Provide various certifications as required by the technical specifications. Such certifications shall be signed by an officer(of the firm)or other individual authorized to sign documents on behalf of that entity. b. Certifications may include,but are not limited to: 1) Welding certifications and welders qualifications 2) Certifications of Installation, Testing and Training for all equipment 3) Material Testing reports furnished by an independent testing firm 4) Certifications from manufacturer(s)for specified factory testing 5) Certifications required to indicate compliance with any sustainability or LEEDS accreditation requirements indicated in the Contract Documents 13. Record Drawings a. No later than Substantial Completion,submit a record of all changes during construction not already incorporated into drawings—in accordance with specification on Project Record Documents. 14. Record Shop Drawings a. Before final payment is made, furnish one set of record shop drawings to the Engineer. These record shop drawings shall be in conformance with the approved documents and should show any field conditions which may affect their accuracy. b. Submittals required by laws,regulations and governing agencies 1) Prepare and submit all documentation required by state or local law,regulation or government agency directly to the applicable agency. This includes, but is not limited to,notifications,reports, certifications, certified payroll(for projects subject to wage requirements)and other documentation required to satisfy all requirements. Provide to Engineer one copy of each submittal made in accordance with this paragraph. c. Submittals required by funding agencies 1) Prepare and submit all documentation required by funding agencies. This includes, but is not limited to segregated pay applications and change orders when required to properly allocate funds to different funding sources; and certified payrolls for projects subject to wage requirements.Provide one copy of each submittal made in accordance with this paragraph to the Engineer. 15. Other requirements of the technical Specification Sections a. Comply with all other requirements of the technical specifications. 16. Warranties and Bonds a. Assemble a booklet or binder of all warranties and bonds as specified in the various technical specifications and in accordance with the specification on Warranties and Bonds; and provide two originals to the Engineer. 17. As-Built Surveys SRO Wellfield MV Cable Replacement Submittals Collier County 01300-8 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 a. Engage the services of a licensed land surveyor in accordance with the Field Engineering(Surveying)specification.Prior to Final Completion,provide an as-built survey of the constructed facility, as specified. 18. Contract Close-Out Documents a. Submit Contract documentation as indicated in the specification for Contract Close- out. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SUBMITTAL SCHEDULE A. Provide an initial submittal schedule at the pre-construction meeting for review by Owner and Engineer. Incorporate comments from Owner or Engineer into a revised submittal schedule. B. Maintain the submittal schedule and provide sufficient copies for review by Owner and Engineer.An up-to-date submittal schedule shall be provided at each project progress meeting. 3.02 TRANSMITTALS A. Prepare separate transmittal sheets for each submittal. Each transmittal sheet shall include at least the following: the Contractor's name and address,Owner's name,project name,project number, submittal number, description of submittal and number of copies submitted. B. Submittals shall be transmitted or delivered directly to the office of the Engineer, as indicated in the Contact Documents or as otherwise directed by the Engineer. C. Provide copies of transmittals forms or cover letters(without attachments) directly to the Resident Project Representative. 3.03 PROCEDURES A. Action Submittals 1. Contractor's Responsibilities a. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities,or within the time specified in the individual work of other related Sections, so that the installation will not be delayed by processing times including disapproval and resubmittal(if required). Coordinate with other submittals,testing,purchasing, fabrication, delivery and similar sequenced activities. Extensions to the Contract Time will not be approved for the Contractor's failure to transmit submittals sufficiently in advance of the Work. b. The submittals of all shop drawings(including working drawings and product data) shall be sufficiently in advance of construction requirements to allow for possible need of re-submittals,including the specified review time for the Engineer. c. No less than 30 calendar days will be required for Engineer's review time for shop drawings and O&M manuals involving only one engineering discipline.No less than 45 calendar days will be required for Engineer's review time for shop drawings and SRO Wellfield MV Cable Replacement Submittals Collier County 01300-9 hF ©2014 CDM Smith 6295-1015' All Rights Reserved Bid Set Feb-14 O&M manuals that require review by more than one engineering discipline. Resubmittals will be subject to the same review time. d. Submittals of operation and maintenance data shall be provided within 30 days of approval of the related shop drawing(s). e. Before submission to the Engineer,review shop drawings as follows: 1) make corrections and add field measurements, as required 2) use any color for its notations except red(reserved for the Engineer's notations) and black(to be able to distinguish notations on black and white documents) 3) identify and describe each and every deviation or variation from Contract documents or from previous submissions,except those specifically resulting from a comment from the Engineer on a previous submission 4) include the required Contractor's Certification statement 5) provide field measurements(as needed) 6) coordinate with other submittals 7) indicate relationships to other features of the Work 8) highlight information applicable to the Work and/or delete information not applicable to the Work f. Submit the following number of copies: 1) Shop drawings(including working drawings and product data)— Submit no fewer than four, and no more than six;two of which will be retained by the Engineer. 2) Samples—three 3) Site Usage Plan—three copies 4) Schedule of values—four copies 5) Payment application format—four copies g. If Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,provide written notice thereof to the Engineer immediately; and do not release for manufacture before such notice has been received by the Engineer. h. When the shop drawings have been completed to the satisfaction of the Engineer, carry out the construction in accordance therewith; and make no further changes therein except upon written instructions from the Engineer. 2. Engineer's Responsibilities a. Engineer will not review shop drawings (including working drawings and product data)that do not include the Contractor's approval stamp and required certification statement. Such submittals will be returned to the Contractor, without action,for correction. b. Partial shop drawings(including working drawings and product data)will not be reviewed. If, in the opinion of the Engineer,a submittal is incomplete,that submittal will be returned to the Contractor for completion. Such submittals may be returned with comments from Engineer indicating the deficiencies requiring correction. c. If shop drawings(including working drawings and product data)meet the submittal requirements,Engineer will forward copies to appropriate reviewer(s). Otherwise, noncompliant submittals will be returned to the Contractor without action-with the Engineer retaining one copy. SRO Wellfield MV Cable Replacement Submittals Collier County 01300- 10 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 d. Submittals which are transmitted in accordance with the specified requirements will be reviewed by the Engineer within the time specified herein.The time for review will commence upon receipt of submittal by Engineer. 3. Review of Shop Drawings(Including Working Drawings and Product Data)and Samples a. The review of shop drawings,working drawings, data and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed: 1) as permitting any departure from the Contract requirements 2) as relieving the Contractor of responsibility for any errors, including details, dimensions, and materials 3) as approving departures from details furnished by the Engineer, except as otherwise provided herein b. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. c. If the shop drawings(including working drawings and product data)or samples as submitted describe variations and indicate a deviation from the Contract requirements that, in the opinion of the Engineer are in the interest of the Owner and are so minor as not to involve a change in Contract Price or Contract Time,the Engineer may return the reviewed drawings without noting an exception. d. Only the Engineer will utilize the color"RED" in marking submittals. e. Shop drawings will be returned to the Contractor with one of the following codes. 1) Code 1 —"APPROVED"—This code is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. 2) Code 2 - "APPROVED AS NOTED" -This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. 3) Code 3 - "APPROVED AS NOTED/CONFIRM" -This combination of codes is assigned when a confirmation of the notations and comments is required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. 4) Code 4 - "APPROVED AS NOTED/RESUBMIT" -This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the entire package. This resubmittal is to address all comments, omissions and non-conforming items that were noted. Resubmittal is to be received by the Engineer within 30 calendar days of the date of the Engineer's transmittal requiring the resubmittal. 5) Code 5—"NOT APPROVED"—This code is assigned when the submittal does not meet the intent of the contract documents.The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the requirements of the contract documents. SRO Wellfield MV Cable Replacement Submittals Collier County 01300- 11 ©2014 CDM Smith 6295-101578 I IF All Rights Reserved Bid Set Feb-14 6) Code 6—"COMMENTS ATTACHED"—This code is assigned where there are comments attached to the returned submittal,which provide additional data to aid the Contractor. 7) Code 7—"RECEIPT ACKNOWLEDGED(Not subject to Engineer's Review or Approval)"—This code is assigned to acknowledge receipt of a submittal that is not subject to the Engineer's review and approval, and is being filed for informational purposes only. This code is generally used in acknowledging receipt of means and methods of construction work plans,field conformance test reports,and health and safety plans. 8) Codes 1 through 5 designate the status of the reviewed submittal. Code 6 indicates that some or all of the Engineer's comments are included in an attachment. f. Repetitive Reviews: Shop drawings,O&M manuals and other submittals will be reviewed no more than twice at the Owner's expense.All subsequent reviews will be performed at the Contractor's expense. Reimburse the Owner for all costs invoiced by Engineer for the third and subsequent reviews. 4. Electronic Transmission a. Action Submittals may be transmitted by electronic means provided the following conditions are met: 1) The above-specified transmittal form is included. 2) All other requirements specified above have been met including,but not limited to,coordination by the Contractor,review and approval by the Contactor, and the Contractor's Certification. 3) The submittal contains no pages or sheets large than 11 x 17 inches. 4) With the exception of the transmittal sheet,the entire submittal is included in a single file. 5) The electronic files are PDF format(with printing enabled). 6) In addition,transmit two hard-copy(paper)originals to the Engineer. 7) The Engineer's review time will commence upon receipt of the hard copies of the submittal. 8) For Submittals that require certification,corporate seal,or professional embossment(i.e., P.E.s, Surveyors, etc.)transmit at least two hard-copy originals to the Engineer. In addition,provide additional photocopied or scanned copies, as specified above, showing the required certification,corporate seal, or professional seal. B. Informational Submittals 1. Contractor's Responsibilities a. Number of copies: Submit three copies, unless otherwise indicated in individual Specification sections b. Refer to individual technical Specification Sections for specific submittal requirements. 2. Engineer's Responsibilities a. The Engineer will review each informational submittal within 15 days. If the informational submittal complies with the Contract requirements,Engineer will file for the project record and transmit a copy to the Owner. Engineer may elect not to respond to Contractor regarding informational submittals meeting the Contract requirements. SRO Wellfield MV Cable Replacement Submittals Collier County 01300- 12 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 b. If an informational submittal does not comply with the Contract requirements, Engineer will respond accordingly to the Contractor within 15 days. Thereafter,the Contractor shall perform the required corrective action, including retesting,if needed, until the submittal, in the opinion of the Engineer, is in conformance with the Contract Documents. 3. Electronic Transmission a. Informational submittals may be transmitted by electronic means providing all of the following conditions are met: 1) The above-specified transmittal form is included. 2) The submittal contains no pages or sheets large than 11 x 17 inches. 3) With the exception of the transmittal sheet,the entire submittal is included in a single file. 4) The electronic files are PDF format(with printing enabled). 5) For Submittals that require certification,corporate seal,or professional embossment(i.e., P.E.s, Surveyors, etc.))transmit two hard-copy originals to the Engineer. END OF SECTION SRO Wellfield MV Cable Replacement Submittals Collier County 01300- 13 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 P.E. CERTIFICATION FORM The undersigned hereby certifies that he/she is a professional engineer registered in the [State] [Commonwealth] of and that he/she has been employed by to design (Company Name) (Insert P.E. Responsibilities) In accordance with Specification Section for the (Name of Project) The undersigned further certifies that he/she has performed the said design in conformance with all applicable local,state and federal codes,rules and regulations; and,that his/her signature and P.E. stamp have been affixed to all calculations and drawings used in, and resulting from,the design. The undersigned hereby agrees to make all original design drawings and calculations available to the (Insert Name of Owner) or Owner's representative within seven days following written request therefor by the Owner. P.E.Name Company Name Signature Signature P.E.Registration Number Title Address Address SRO Wellfield MV Cable Replacement Submittals Collier County 01300- 14 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01310 PROGRESS SCHEDULES PART I -GENERAL 1.01 The CONTRACTOR shall prepare and submit Progress Schedules and schedules for submittals in accordance with the Construction Agreement. 1.02 Construction under this contract must be coordinated with the OWNER's personnel and accomplished in a logical order to maintain existing facilities and to allow construction to be completed within the time allowed by Contract Documents. 1.03 The CONTRACTOR shall be responsible for developing its own schedule logic with specified durations,manpower and cost data,however all information must be acceptable and compatible with the OWNER's Master Schedule, and all target, completion and milestone dates generated, must be acceptable to the OWNER. 1.04 CONSTRUCTION SCHEDULING GENERAL PROVISIONS A. No work shall be done between 7:00 P.M. and 7:00 A.M. nor on Sundays or legal holidays without the written permission of the OWNER. However,emergency work may be done without prior permission. B. Night work may be established by the CONTRACTOR as regular procedure with the written permission of the OWNER. Such permission, however, may be revoked at any time by the OWNER if the CONTRACTOR fails to maintain adequate equipment and supervision for the proper execution and control of the work at night. C. Due to potential health hazards and requirements of the State of Florida and the U.S. Environmental Protection Agency,the existing facilities must be maintained in operation. D. The CONTRACTOR shall be fully responsible for providing all temporary piping, plumbing, electrical hook-ups,heating,ventilating, air conditioning,lighting,temporary structure, or whatever is required to maintain the existing operations. 1.05 PROGRESS OF THE WORK The work shall be executed with such progress as may be required to prevent any delay to the general completion of the work. The work shall be executed at such times and in or on such parts of the project,and with such forces,materials and equipment to assure completion of the work in the time established by the Contract. PART 2-PROGRESS SCHEDULE SUBMITTALS 2.01 GENERAL REQUIREMENTS A. The CONTRACTOR shall submit a critical path method(CPM)or other schedule. SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 B. ENGINEER's review of the schedule submittals shall not relieve CONTRACTOR from responsibility for any deviations from the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to such deviations at the time of submission and ENGINEER has given written concurrence to the specific deviations,nor shall any concurrence by ENGINEER relieve CONTRACTOR from responsibility for errors and omissions in the submittals. Concurrence of the CPM Activity Network by the ENGINEER is advisory only and shall not relieve the CONTRACTOR of responsibility for accomplishing the work within the Contract completion date(s). C. The concurred base schedule shall have legal status as long as it is used by CONTRACTOR for planning, organizing, directing, managing, and executing the work in accordance with the Contract Documents. Legal status will further imply that CONTRACTOR will use the schedule to report progress and, further,that CONTRACTOR and OWNER will use the schedule for determining delay(s)in achieving the contract date(s)stipulated in the Agreement subject to the requirements of this section of the General Requirements. D. ENGINEER will,upon receipt and review of each schedule submittal, either indicate in writing a recommendation of concurrence and present the submittal to OWNER, or return the submittal to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend concurrence. In the latter case, CONTRACTOR will be required to make the necessary corrections and resubmit. If CONTRACTOR fails to provide submittals as required, he/she will be deemed not to have provided a basis upon which progress may be evaluated, which may constitute reasons for refusing to recommend progress payments. E. ENGINEER's review of the schedule submittals shall be only for conformance with the information given in the Contract Documents and shall not extend to the means,methods, sequences and techniques or procedures of construction or to safety precautions or programs incident thereto. ENGINEER's review of the schedule submittals will be predicated on a CONTRACTOR's stamp of approval signed off by CONTRACTOR and those subcontractors and suppliers performing work under an appropriate agreement with CONTRACTOR. CONTRACTOR's stamp of approval on any schedule submittal shall constitute a representation to OWNER and ENGINEER that CONTRACTOR has either determined or verified all data on the submittal, or assumes full responsibility for doing so,and that CONTRACTOR and his subcontractors and suppliers, have reviewed and coordinated the sequences shown in the submittal with the requirements of the work under the Contract Documents. 2.02 FORM OF SCHEDULES A. Prepare schedules in the form of a horizontal bar chart diagram. The diagram shall be time-scaled and sequenced by work areas. Horizontal time scale shall identify the first work day of each week. B. Activities shall be at least as detailed as the Bid Schedule and Schedule of Values. Activity durations shall be in whole working days. In addition, activity man-days shall be shown for each activity or alternatively,tabulated in an accompanying report. C. Diagrams shall be neat and legible and submitted on sheets at least 11 inches by 17 inches suitable for reproduction. Scale and spacing shall allow space for notations and future revisions. 2.03 CONTENT OF SCHEDULES SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310-2 hf ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 A. Each monthly schedule shall be based on data as of the last day of the current pay period. B. Description for each activity shall be brief but convey the scope of work described. C. Activities shall identify all items of work that must be accomplished to achieve substantial completion, such as items pertaining to CONTRACTOR's installation and testing activities; items pertaining to the approval of regulatory agencies; CONTRACTOR's time required for submittals, fabrication and deliveries;the time required by ENGINEER to review all submittals as set forth in the Contract Documents; items of work required of OWNER to support pre-operational, startup and final testing;time required for the relocation of utilities. Activities shall also identify interface milestones with the work of other CONTRACTORS performing work under separate contracts with OWNER. 1. Where work is to be performed under this contract concurrently with and/or contingent upon work performed on the same facilities or area under other contracts,the CONTRACTORS schedule shall be coordinated with the schedules of the other contracts. The CONTRACTOR shall obtain the schedules of the other appropriate contacts for the preparation and updating of his schedule and shall make the required changes in his schedule when indicated by changes in corresponding schedules. D. Schedules shall show the complete sequence of construction by activities. Date for beginning and completion of each activity shall be indicated as well as projected percentage of completion for each activity as of the first day of each month. E. Submittals schedule for shop drawing review,product data,and samples shall show the date of CONTRACTOR submittal and the date approved submittals will be required by the ENGINEER, consistent with the time frames established in the Specifications. F. For Contract Change orders granting time extensions,the impact on the Contract date(s)shall equal the calendar-day total time extension specified for the applicable work in the Contract change order. G. For actual delays,add activities prior to each delayed activity on the appropriate critical path(s). Data on the added activities of this type shall portray all steps leading to the delay,and shall further include the following: separate activity identification, activity description indicating cause of the delay, activity duration consistent with whichever set of dates below applies,the actual start and finish dates of the delay or, if the delay is not finished,the actual start date and estimated completion date. H. For potential delays, add an activity prior to each potentially delayed activity on the appropriate critical path(s). Data for added activities of this type shall include alternatives available to mitigate the delay including acceleration alternatives, and further show the following: separate activity identification, activity description indicating cause of the potential delay, and activity duration equal to zero work days. I. The contract completion time will be adjusted only for causes specified in this contract. In the event the CONTRACTOR requests an extension of any contract completion date,he shall furnish such justification and supporting evidence as the ENGINEER may deem necessary for a determination as to whether the CONTRACTOR is entitled to an extension of time under the provision of this contract. ENGINEER will, after receipt of such justification and supporting evidence make findings of fact and will advise the CONTRACTOR in writing thereof. If the SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310 -3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 ENGINEER finds that the CONTRACTOR is entitled to any extension of any contract completion date under the provision of this contract,the ENGINEER's determination as to the total number of days extension shall be based upon the currently concurred schedule and on all data relevant to the extension. Such data shall be included in the next monthly updating of the schedule. The CONTRACTOR acknowledges and agrees that actual delays in the activities which, according to the schedule, do not affect any contract completion date shown by the critical path in the schedule and do not have any effect on the contract completion date or dates, and therefore,will not be the basis for a change therein. J. From time to time, it may be necessary for the contract schedule and/or completion time to be adjusted by the ENGINEER to reflect the effects of job condition,weather,technical difficulties, strikes,excusable delays on the part of the OWNER or his representatives, and other unforeseeable conditions which may indicate schedule adjustments and/or completion time extension. Under such conditions,the CONTRACTOR shall reschedule the work and/or contract completion time to reflect the changed conditions, and the CONTRACTOR shall revise his schedule accordingly. No additional compensation shall be made to the CONTRACTOR for such schedule changes except for excusable overall contract time extension beyond the actual completion of all unaffected work in the contract, in which case the CONTRACTOR shall take all possible action to minimize any time extension and any additional cost to the OWNER. It is specifically pointed out that the use of available float time in the schedule may be used by the OWNER as defined by the ENGINEER, as well as by the CONTRACTOR. Float time is defined as the amount of time between the early start date,and the late start date, or the early finish date and the late finish date,of any of the activities in the schedule. K. The OWNER controls the float time in the concurred schedule, and,therefore,without obligation to extend either the overall completion date or any intermediate completion dates set out in the schedule,the OWNER may initiate changes to the contract work that absorb float time only. OWNER-initiated changes that affect the critical path on the approved schedule shall be the sole grounds for extending(or contracting)said completion dates. CONTRACTOR-initiated changes that encroach on the float time identified in the concurred schedule may be accomplished with the OWNER's concurrence. Such changes,however, shall give way to OWNER-initiated changes competing for the same float time. 2.04 SUPPORTING NARRATIVE A. Status and Scheduling reports identified below shall contain a narrative(progress report)to document the project status,to explain the basis of CONTRACTOR's determination of durations, describe the contract conditions and restraints incorporated into the schedule, and provide an analysis pertaining to potential problems and practical steps to mitigate them. B. The narrative shall specifically include: 1. Actual completion dates for activities completed during the report period, and actual start dates for activities commenced during the report period. 2. Anticipated start dates for activities scheduled to commence during the following report period. 3. Changes in the duration of any activity and minor logic changes. 4. The progress along the critical path in terms of days ahead or behind the Contract Date. 5. If the Monthly Status Report indicates an avoidable delay to the Contract Completion date or interim completion dates as specified in the Agreement, CONTRACTOR shall identify the SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310-4 1 1F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 problem, cause and the activities affected and provide an explanation of the proposed corrective action to meet the milestone dates involved or to mitigate further delays. 6. If the delay is thought to be unavoidable,the CONTRACTOR shall identify the problem, cause, duration, specific activities affected and logic restraints of each activity. 7. The narrative shall, in addition, also discuss all change order activities whether included or not in the revised/current schedule of legal status. Newly introduced change order work activities, and the CPM path(s)that they affect,must be specifically identified. All Change Order work activities added to the schedule shall conform to the sequencing and Contract Time requirements of the applicable Change Order. 8. Original Contract date(s)shall not be changed except by Contract Change Order. A revision, as specified in Article 2.09 below,need not be submitted when the foregoing situations arise unless required by ENGINEER. Review of a report containing added activities will not be construed to be concurrence with the duration or restraints for such added activities; instead the corresponding data as ultimately incorporated into the applicable Contract Change Order shall govern. 9. Should ENGINEER require additional data,this information shall be supplied by CONTRACTOR within 10 calendar days. C. Progress under the concurred CPM schedule shall be evaluated monthly by the CONTRACTOR and the ENGINEER. Once each month, at a time mutually agreed upon,the CONTRACTOR and the ENGINEER shall hold a Construction Progress Meeting at a location designated by the ENGINEER. This meeting shall be attended by the CONTRACTOR's highest ranking field manager and scheduler, if requested by the ENGINEER,the designated home office project managers or officers. Similar representatives of the CONTRACTOR's mechanical and electrical subcontractors as well as any other subcontractors or suppliers designated by the ENGINEER, shall also attend the meetings. At the meetings all matters relating to job progress will be discussed,and commitments made will be considered as binding. Not less than seven calendar days prior to each monthly construction progress meeting,the CONTRACTOR and ENGINEER shall meet at the job site and jointly evaluate the status of each activity on which work has started or is due to start based on the preceding monthly CPM schedule. 2.05 SUBMITTALS A. CONTRACTOR shall submit Base and Status Progress Schedules,monthly status reports, a start-up schedule, and an as-built schedule report all as specified herein. B. No payments for mobilization will be processed thru the OWNER until the Base Schedule for the project has been concurred with by the ENGINEER. C. All schedules, including base and preliminary status, shall be in conformance with Articles 2.01, 2.02 and 2.03 above. The lack or failure to submit a properly concurred base or status update schedule to the OWNER will be sufficient reason by the ENGINEER to decline recommendation of any progress payments, including percentages for mobilization payments. D. The finalized progress schedule discussed in the General Conditions shall be the first monthly status report and as such shall be in conformance with all applicable specifications contained herein. E. Monthly Status Report submittals shall include five color copies of a time-scaled(days after notice to proceed)diagram showing all contract activities; five copies of network logic tabular reports by SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310-5 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 activity,early and late start,total float, successor/predecessor and supporting narrative. The detailed base schedule shall use the notice to proceed as the data date. The schedule, if concurred with by OWNER pursuant to paragraph 2.01(E), shall be the work plan to be used by the CONTRACTOR for planning, scheduling, managing, and executing the work. F. The schedule diagram shall be formatted in accordance with Article 2.02 above. The diagram shall include(1)all detailed activities included in the preliminary and base schedule submittals, (2) calendar days prior to substantial completion, (3)summary activities for the remaining 60 days. The critical path activities shall be identified,including critical paths for interim dates, if applicable. G. CONTRACTOR shall submit monthly progress schedules with each month's application for payment. ENGINEER will review schedules and return review copy within 20 days after receipt. If required, CONTRACTOR shall resubmit within 7 days after return of review copy. H. CONTRACTOR shall submit the number of monthly status reports which the CONTRACTOR requires,plus five copies which will be retained by the ENGINEER. 2.06 MONTHLY STATUS REPORTS A. CONTRACTOR shall submit five copies of detailed schedule status reports on a monthly basis with the Application for Payment. The first such status report shall be submitted with the first Application for Payment and include data as of the last day of the pay period. The Monthly Report shall include a revised copy of the latest detailed schedule of legal status,tabular reports and a supporting narrative including updated information as described in paragraph 2.04. The Monthly Report will be reviewed by ENGINEER and CONTRACTOR at a monthly schedule meeting,and CONTRACTOR will address ENGINEER's comments on the subsequent monthly report. Monthly status reports shall be the basis for evaluating CONTRACTOR's progress. B. The revised diagram shall show, for the latest detailed schedule of legal status, percentages of completion for all activities, actual start and finish dates, and remaining durations,as appropriate. Activities not previously included in the latest detailed schedule of legal status shall be added, except that contractual dates will not be changed except by change order. Review of a revised diagram by ENGINEER will not be construed to constitute concurrence with the time frames, duration,or sequencing for such added activities; instead the corresponding data as ultimately incorporated into an appropriate Change Order shall govern. 2.07 AS-BUILT SCHEDULE A. After substantial completion but prior to final payment,CONTRACTOR shall submit an as-built schedule report and time-scaled as-built diagram. The documents shall reflect all as-built critical paths. The diagram shall be prepared in accordance with Articles 2.02 and 2.03, in addition to the following: 1. All Contract activities, including all added activities, shall be shown. 2. Activity durations shall be the actual number of separate work days during which work was performed on the activity. 3. Contract milestone completions shall be plotted on the date of the Substantial Completion Reports. SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310-6 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2.08 REVISIONS A. All revised Schedule Submittals shall be made in the same form and detail as the initial submittal and shall be accompanied by an explanation of the reasons for such revisions,all of which shall be subject to review by ENGINEER and concurrence by OWNER. The revision shall incorporate all previously made changes to reflect current as-built conditions. Minor changes to the approved submittal may be approved at monthly meetings; a minor change is not considered a revision in the context of this paragraph. B. A revised schedule submittal shall be submitted for review,when required by ENGINEER, for one of the following reasons: 1. OWNER or ENGINEER directs a change that affects the date(s)specified in the Agreement or alters the length of a critical path. 2. CONTRACTOR elects to change any sequence of activities so as to affect a critical path of the current schedule documents. C. If,prior to agreement on an equitable adjustment to the Contract time, ENGINEER requires revisions to the schedule in order to evaluate planned progress, CONTRACTOR shall provide an interim revised submittal for review with change effect(s)incorporated as directed. Interim revisions to the documents which are recommended to the OWNER for concurrence will be incorporated in the next Monthly Status Report. PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310-7 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Progress Schedules Collier County 01310 - 8 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01370 SCHEDULE OF VALUES PART I GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit a Schedule of Values allocated to the various portions of the work,within 21 days after the effective date of the Agreement. B. Upon request of the Engineer, support the values with data which will substantiate their correctness. C. The accepted Schedule of Values shall be used only as the basis for the Contractor's Applications for Payment. 1.02 RELATED REQUIREMENTS A. Application for Payment is included in Section 01027. 1.03 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on an 8-1/2-in by 11-in or 8-1/2-in by 14-in white paper furnished by the Owner; Contractor's standard forms and automated printout will be considered for approval by the Engineer upon Contractor's request. Identify schedule with: 1. Title of Project and location. 2. Engineer and Project number. 3. Name and Address of Contractor. 4. Contract designation. 5. Date of submission. B. Schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Identify each line item with the number and title of the respective Section. D. For each major line item list sub-values of major products or operations under the item. E. For the various portions of the work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials,break down the value into: SRO Wellfield MV Cable Replacement Schedule of Values Collier County 01370- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 a. The cost of the materials, delivered and unloaded,with taxes paid. Paid invoices are required for materials upon request by the Engineer. b. The total installed value. F. The sum of all values listed in the schedule shall equal the total Contract Sum. 1.04 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a sub-schedule of unit costs and quantities for: 1. Products on which progress payments will be requested for stored products. B. The form of submittal shall parallel that of the Schedule of Values,with each item identified the same as the line item in the Schedule of Values. C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit values for the materials shall be broken down into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Copies of invoices for component material shall be included with the payment request in which the material first appears. 3. Paid invoices shall be provided with the second payment request in which the material appears or no payment shall be allowed and/or may be deleted from the request. E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Schedule of Values Collier County 01370-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01380 AUDIO VIDEO TAPING PART 1 —GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials and equipment and furnish color audio video taping of the project site as specified herein. B. Furnish to the OWNER an original and one copy of a continuous color audio video tape recording along the entire boundary of the proposed project. The recording shall be taken prior to any construction activity. C. The OWNER reserves the right to reject the audio video taping because of poor quality, unintelligible audio or uncontrolled pan or zoom. Any taping rejected by the OWNER shall be retaped at no cost to the OWNER. Under no circumstances shall construction begin until the OWNER has received and accepted the audio video tape(s). D. The taping shall be performed by a qualified, established audio video taping firm knowledgeable in construction practices and experienced in the implementation of established inspection procedures. PART 2-PRODUCTS (NOT USED) PART 3 —EXECUTION 3.01 COLOR AUDIO VIDEO SURVEY A. Furnish a continuous color audio tape recording along the entire boundary of the proposed project. B. Coverage shall include, but not be limited to, all existing roadways, sidewalks, curbs, driveways, buildings and structures, above ground utilities, landscaping,trees, signage and other physical features located within the zone of influence of the construction. The coverage may be expanded if directed by ENGINEER. C. All taping will be done during daylight hours. No taping shall be performed if weather is not acceptable, such as rain, fog, etc. D. Audio video recording to be performed at each major stage of activity or as deemed fit by ENGINEER during construction of project works. 3.02 AUDIO AND VIDEO A. Audio/video shall be professional grade, standard DVD format. SRO Wellfield MV Cable Replacement Audio Video Taping Collier County 01380- 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 I 1 e B. Each disk shall begin with the OWNER'S name, Contract name and number, CONTRACTOR'S name, date and location information such as street name, direction of travel,viewing side, etc. C. Information appearing on the disk must be continuous and run simultaneously by computer generated transparent digital information. No editing or overlaying of information at a later date will be acceptable. D. Digital information will be as follows: 1. Upper left corner a. Name of Contractor b. Day, Date and Time c. Name of Project 2. Lower left corner a. Route of travel b. Viewing side c. Direction of travel d. Stationing E. Time must be accurate to within 1/10 of a second and continuously generated. F. Engineering station numbers must be continuous,be accurate and correspond to project stationing. The symbols should be the standard engineering symbols(i.e. 16+64). G. Written documentation must coincide with the information on the tape so as to make easy retrieval of locations sought for at a later date. H. The video system shall have the capability to transfer individual frames of video electronically into hard copy prints or photographic negatives. I. Audio shall be recorded at the same time as the video recording and shall have the same information as on the viewing screen. Special commentary will be given for unusual conditions of buildings, sidewalks and curbing, foundations,trees and shrubbery, etc. J. All disks and boxes shall bare labels with the following information: 1. Disk Number 2. Owner's Name 3. Date of Taping 4. Project Name and Number 5. Location and Standing Limit of Tape END OF SECTION SRO Wellfield MV Cable Replacement Audio Video Taping Collier County 01380 -2 1 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01400 CONTRACTOR QUALITY CONTROL PART 1 -GENERAL 1.01 SCOPE OF WORK A. This Section includes requirements of a general nature related to the Contractor's responsibility for quality control involving inspections,tests,certifications, and reports. This Section includes the following: 1. Inspections. 2. Quality Assurance—Control of Installation. 3. References. B. Unless otherwise indicated on the Attachments or Specifications, only new materials shall be incorporated in the Work.All materials furnished by the Contractor to be incorporated in the Work shall be subject to the inspection and approval of the Owner and the Engineer.No material shall be processed for, or delivered to the Work without prior approval by the Engineer. 1.02 RELATED WORK A. Reference standards are included in Section 01095. 1.03 INSPECTIONS A. The Engineer and the Owner shall have the right to inspect all material and equipment at all stages of the work,and shall be allowed access to the site and to the Contractor's and supplier's facilities to conduct such inspections. Onsite work shall be subject to continuous inspection. Inspection by the Engineer or the Owner shall not release the Contractor from responsibility or liability with respect to material. The Engineer or the Owner will supply the Contractor a minimum of 24 hours notice prior to unscheduled offsite inspections. 1.04 QUALITY ASSURANCE—CONTROL OF INSTALLATION A. The Contractor shall monitor quality control over suppliers,products, services, site conditions, and workmanship,to produce Work of specified quality. B. The Contractor shall comply with manufacturers'instructions, including each step in sequence. C. The Contractor shall examine the areas and conditions where Work is to be performed and notify the Owner of conditions detrimental to the proper and timely completion of the Work. The Contractor shall not proceed with the Work until unsatisfactory conditions have been corrected by the Contractor in a manner acceptable to the Owner. D. The Contractor shall request clarification from Engineer should manufacturers'instructions conflict with Contract Documents. The clarification shall be received prior to proceeding. SRO Wellfield MV Cable Replacement Contractor Quality Control Collier County 01400- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 E. The Contractor shall comply with specified standards as minimum quality for the Work except where more stringent tolerances,codes, or specified requirements indicate higher standards or more precise workmanship. F. Work shall be performed by persons qualified to produce workmanship of specified quality. 1.05 REFERENCES A. The Contractor shall comply with the reference standards presented in Section 01095 at a minimum. B. For products or workmanship specified by association,trade, or other consensus standards,the Contractor shall comply with requirements of the standard,except when more rigid requirements are specified or are required by applicable codes. C. The Contractor shall be familiar with applicable standards. Copies of these standards shall be obtained by the Contractor where required by product specification sections. D. The contractual relationship,duties,and responsibilities of the parties in Contract nor those of the Engineer shall not be altered from the Contract Documents by mention or influence otherwise in any reference document. PART 2 -PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 CONTROL A. Contractor Quality Control is the means by which the CONTRACTOR assures himself that his/her construction complies with the requirements of the Contract Drawings and Sections. The controls shall be adequate to cover all construction operations, including both onsite and offsite operations and will be keyed to the proposed construction sequence. The controls shall include at least three phases of inspection for all definitive features of work as follows: 1. Preparatory Inspection: This shall be performed prior to beginning any definable feature of work. It shall include a review of contract requirements; a check to assure that all materials and/or equipment have been tested, submitted and approved;a check to assure that provisions have been made to provide required control testing;examination of the work area to ascertain that all preliminary work has been completed and a physical examination of materials, equipment and sample work to assure that they conform to approved shop drawings or submittal data and that all materials and/or equipment are on hand. 2. Initial Inspection: This shall be performed as soon as a representative portion of the particular feature of work has been accomplished and shall include examination of the quality of workmanship and a review of control testing for compliance with contract requirements,use of defective or damaged materials,omissions,and dimensional requirements. 3. Follow-up Inspection: These shall be performed daily to assure continuing compliance with contract requirements, including control testing,until completion of the particular SRO Wellfield MV Cable Replacement Contractor Quality Control Collier County 01400 -2 1F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 feature of work. Final follow-up inspections shall be conducted and deficiencies corrected prior to the addition of new features of work. 3.02 CONTRACTOR COMPLETION INSPECTIONS A. At the completion of all work or any increment thereof established by a completion time stated in the paragraph entitled "Commencement,Prosecution and Completion of Work" or stated elsewhere in the Contract Sections,the Contractor shall conduct a completion inspection of the work and develop a"punch list" of items which do not conform to the approved Drawings and Sections. Such a list shall include the estimated date by which the deficiencies will be corrected. The Contractor shall make a second completion inspection to ascertain that all deficiencies have been corrected and so notify the OWNER. The completion inspection and any deficiency corrections required by this paragraph will be accomplished within the time stated for completion of the entire work or any particular increment thereof if the project is divided into increments by separate completion dates. 3.03 NOTIFICATION OF NONCOMPLIANCE A. The OWNER or ENGINEER will notify the CONTRACTOR of any noncompliance with the foregoing requirements. After receipt of such notice,immediately take corrective action. Such notice,when delivered to the CONTRACTOR or his/her representative at the site of the work, shall be deemed sufficient for the purpose of notification. If the CONTRACTOR fails or refuses to comply promptly,the OWNER may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the CONTRACTOR. END OF SECTION SRO Wellfield MV Cable Replacement Contractor Quality Control Collier County 01400-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Welifield MV Cable Replacement Contractor Quality Control Collier County 01400-4 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01390 CONSTRUCTION PHOTOGRAPHS PART 1 -GENERAL 1.01 REQUIREMENTS INCLUDED A. Employ competent photographer to take construction record photographs periodically during course of the Work showing the work progress, including open trenches and routing of ductbanks prior to backfill. 1.02 PHOTOGRAPHY REQUIRED A. Provide photographs taken for each scheduled Application for Payment. B. Provide photographs at each major stage of activity prior to any construction. C. Views and quantities required: 1. At each specified time, photograph project from a minimum of three(3)different views for work at the unit substation and wells and one(1)view every 100 feet for the ductbank work, as approved by the ENGINEER. 2. Provide four(4)prints of each view. 3. Provide four(4)CD ROM disks containing digital photographs of each view for the monthly submittal. D. Negatives: 1. The photographer shall maintain file copies for a period of two(2)years from Date of Substantial Completion of entire project and then shall convey all files to the OWNER. 2. Photographer shall agree to furnish additional prints to OWNER and the ENGINEER at commercial rates applicable at time of purchase. Photographer shall also agree to participate as required in any litigation requiring the photographer as an expert witness. 1.03 COSTS OF PHOTOGRAPHY A. The Contractor shall pay costs for specified photography and prints. 1. Parties requiring additional photography or prints will pay photographer directly. PART 2 -PRODUCTS 2.01 PRINTS A. Color: 1. Paper: Single weight,color print paper. 2. Finish: Smooth surface,glossy. 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 2. Orientation of View. SRO Wellfield MV Cable Replacement Construction Photographs Collier County 01390- 1 iF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. 6. Identify each digital file of the scanned photograph by date and photograph number. PART 3 -EXECUTION 3.01 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness. 2. Maximum depth-of-field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Photograph from locations to adequately illustrate condition of construction and state of progress. 1. At successive periods of photography,take at least one photograph from the same overall view as previously. 2. Consult with the ENGINEER at each period of photography for instructions concerning views required. 3.03 ASSEMBLY OF PRINTS A. Each print shall be inserted in a separate, archival type,nonglare,photo protector. B. Provide one suitable size binder for each set of prints. Binders shall be provided in sufficient quantity to hold all photographs taken for the duration of the contract. Each binder shall be labeled by engraving on the front and spine with the project name. 3.04 DELIVERY OF PRINTS A. Deliver prints to the ENGINEER to accompany each Application for Payment. B. Distribution of prints as soon as processed is anticipated to be as follows: 1. OWNER(one(1)set of prints and one(1)CD ROM with scanned photographs). 2. ENGINEER(two(2)sets of prints for the construction file and two(2)CD ROMs of scanned photographs). 3. Project Record File(one(1)set to be stored by Contractor on-site). C. No construction shall start until pre-construction photographs are completed and submitted to the ENGINEER. END OF SECTION SRO Wellfield MV Cable Replacement Construction Photographs Collier County 01390 -2 iF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01505 MOBILIZATION PART 1 -GENERAL 1.01 DEFINITION AND SCOPE A. As required for the proper performance and completion of the Work,mobilization shall include, but not be limited to,the following principal items. 1. Move onto the site all CONTRACTOR'S equipment required for the first month's operation. 2. Install silt fences around perimeter of project site and at locations where surface drainage discharges to existing stormwater inlets. 3. Install temporary construction power, wiring and lighting facilities. 4. Establish a fire protection plan and safety program. 5. Secure construction water supply. 6. Provide on-site sanitary facilities and potable water facilities. 7. Arrange for and erect CONTRACTOR'S work and storage yard and employee's parking facilities. 8. Submit all required insurance certificates and bonds. 9. Obtain all required permits. 10. Post all OSHA,FDEP,Department of Labor, and all other required notices. 11. Have CONTRACTOR'S project manager and/or superintendent at the job site full time. 12. Submit a detailed progress schedule acceptable to the ENGINEER and OWNER and approved for baseline schedule. 13. Submit cash flow in tabular and graphic form to the ENGINEER and OWNER. 14. Submit a finalized Schedule of Values of the Work in the OWNER'S approved format. 15. Submit a submittal schedule acceptable to the ENGINEER and OWNER. 16. Submit a hurricane preparedness plan acceptable to the ENGINEER and the OWNER. 17. Submit standardized traffic maintenance and control plans to OWNER. 18. Erect all required Project signs. SRO Wellfield MV Cable Replacement Mobilization Collier County 01505 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.02 PAYMENT FOR MOBILIZATION A. The CONTRACTOR'S attention is directed to the condition that no payment for mobilization, or any part thereof,will be approved for payment under the Agreement until all mobilization items listed above have been completed as specified. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Mobilization Collier County 01505 -2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01570 TRAFFIC REGULATION PART 1 -GENERAL 1.01 REQUIREMENTS INCLUDED A. The CONTRACTOR shall be responsible for providing safe and expeditious movement of traffic through construction zone in accordance with all applicable laws and regulations. A construction zone is defined as the immediate areas of actual construction and all abutting areas which are used by the CONTRACTOR and which interfere with the driving,biking or walking public. B. Remove temporary equipment and facilities when no longer required,restore grounds to original, or to specified conditions. C. Perform all work within County rights-of-way and easements in strict accordance with the County's Maintenance of Traffic Policy and other applicable statutory requirements to protect the public safety. D. The CONTRACTOR shall obtain the Right-of-Way Use Permit from Collier County and provide notification(s)and Maintenance of Traffic(MOT)Plan(s) in accordance with the requirements set forth herein. 1.02 TRAFFIC CONTROL A. The necessary precautions shall include,but not be limited to, such items as proper construction warning signs, signals, lighting devices,markings, barricades, cones, sign boards, channelization, flagman,hand signaling devices,and any additional traffic control devices as needed or required by the CONTRACTOR's MOT plan(s). The CONTRACTOR shall be responsible for installation and maintenance of all devices and requirements for the duration of the construction period. B. The CONTRACTOR shall provide at least 15 working days notification of the necessity to close any portion of a roadway carrying vehicles or pedestrians so that the final approval of such closings can be obtained at least 48 hours in advance. Closure notification shall include a minimum of four(4) sign boards strategically placed to alert potential traffic of upcoming lane closures. Sign boards shall be in place a minimum of seven(7)calendar days in advance of road closure. Prior to roadway closures,alternate routes,approved by the OWNER, shall be established. The CONTRACTOR shall be responsible for all traffic control as in Paragraph A above. C. The CONTRACTOR shall also be responsible for notifying Police,Fire and Ambulance Departments, and County School Board whenever roads are impassable. D. The CONTRACTOR shall be responsible for removal,relocation, or replacement of any traffic control device in the construction area which exists as part of the normal pre-construction traffic control scheme. Any such actions shall be performed by the CONTRACTOR under the SRO Wellfield MV Cable Replacement Traffic Regulation Collier County 01570- 1 1 1F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 supervision, and in accordance with the Specifications,of the OWNER, unless otherwise specified. E. The CONTRACTOR shall immediately notify the OWNER of any vehicular of pedestrian safety or efficiency problems incurred as a result of the construction of the project. 1.03 MAINTENANCE OF TRAFFIC A. Until the permission to close the street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the CONTRACTOR's operations cause traffic hazards, he shall repair the road surface,provide temporary ways, erect wheel guards or fences, or take other measures satisfactory to the OWNER. B. Standardized detours around construction will be subject to the approval of the OWNER. Where detours are permitted the CONTRACTOR shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured the CONTRACTOR shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the OWNER. C. The CONTRACTOR shall take precautions to prevent injury to the public due to open trenches. Night watchmen may be required where special hazards exist,or police protection provided for traffic while work is in progress. The CONTRACTOR shall be fully responsible for damage or injuries whether or not police protection has been provided. D. Notify the Fire Department, Police Department,EMS Department, Public Works Department, and School Board before closing any street or portion thereof. No closing shall be made without the approval of Collier County as applicable. Notify said departments when the streets are again passable for emergency vehicles. Daily notification to these departments shall be made by the CONTRACTOR via fax identifying specifically new closures, continued closures and new openings. Do not block off emergency vehicle access to consecutive arterial crossings or dead-end streets, in excess of 300 linear feet,without special written permission from the Fire Department. Conduct operations with the least interference to fire equipment access, and at no time prevent such access. E. The CONTRACTOR shall leave his night emergency telephone number or numbers with the police department, so that contact may be made easily at all times in case of barricade and flare trouble or other emergencies. F. Maintain postal service facilities in accordance with the requirements of the U.S. Postal Service. Move mailboxes to temporary locations designated by the U.S. Postal Service or provide and maintain portable temporary mailbox clusters. CONTRACTOR shall notify affected residents if mailboxes are to be relocated and to where. At the completion of the work in each area, replace mailboxes in their original location and in a condition satisfactory to the U.S. Postal Service and property owner and other service vehicles can identify each street or roadway so as not to delay their service. If temporary signs or markers are used,they shall meet the requirements of the OWNER and the Manual of Uniform Traffic Control Devices. Any signs or markers removed or relocated in the course of construction shall be replaced in the location and in equal or better condition that existed prior to construction. SRO Wellfield MV Cable Replacement Traffic Regulation Collier County 01570-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 G. The CONTRACTOR shall be responsible for maintaining, relocation, or replacing, as necessary, all street or roadway identification signs or markers such that fire,police, emergency and other service vehicles can identify each street or roadway so as not to delay their service. If temporary signs or markers are used,they shall meet the requirements of the OWNER and the Manual of Uniform Traffic Control Devices. Any signs or markers removed or relocated in the course of construction shall be replaced in the location and in equal or better condition than existed prior to construction. 1.04 STREET CLOSURES A. The CONTRACTOR shall file tentative schedule of work not less than 10 days prior to first day of work under Contract. B. Closure shall mean the barricading of the street to all traffic. Part closure is the condition when a portion of normal traffic can be permitted although one or more traffic lanes will be out of service completely or for a portion of the time on an intermittent basis. C. Requests shall be made for specific locations,giving the correct name of the street and of the intersecting streets between which closure is sought. Permission may be limited to specific dates and hours, and such dates and hours must be closely observed. D. Streets that have been reopened after the stipulated period of closure shall not again be closed without obtaining new permission therefore. E. All manholes,valve boxes, or other similar structures left protruding above backfilled areas shall each be adequately barricaded and lighted. F. Excavated material and construction materials shall not be stockpiled in such manner as to unnecessarily hinder or confuse traffic adjacent to work where part closure is in effect. G. Requests and schedules are to be filed with Collier County. H. Crossing and Intersections: Do not isolate residences and place of business. Provide access to all residences and places of business whenever construction interferes with existing means of access. Maintain access at all times. If pavement is disturbed, a cold mix must be applied at the end of the day. I. Be responsible for notifying all residents of any road construction and limited access at least 72 hours in advance. 1.05 DETOURS A. The CONTRACTOR shall submit,for approval by the OWNER,standardized detour routing plans for use on the project. These plans shall include signage and barricades with dimensions for partial or complete closures for the following street types: 1. Two lane undivided collector street. B. These approved standardized detours shall be referenced in the street-specific road closure requests. SRO Wellfield MV Cable Replacement Traffic Regulation Collier County 01570 -3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.06 FAILURE TO COMPLY A. Failure of the CONTRACTOR to comply with above or failure of the CONTRACTOR to make revisions, adjustments, or improvements directed by the OWNER will constitute violation of the Agreement. Immediate shut down and restoration of the site to allow traffic access to area may result. The CONTRACTOR shall hold the OWNER and the ENGINEER harmless from damages, loss of time,or expenses incurred,resulting from such shut down. 1.07 TRAFFIC CONTROL MEETINGS A. The OWNER and/or ENGINEER shall schedule and conduct meetings as required with the CONTRACTOR to attend to matters of traffic control and associated public convenience and safety during the course of the Work. B. The ENGINEER shall preside at the meetings and provide for keeping the minutes and distribution of minutes to the OWNER,the ENGINEER,the CONTRACTOR, and others. The purpose of the meetings will be for the CONTRACTOR presentation of traffic control plans and any revisions required during performance of the Work and to discuss related matters. PART 2 —PRODUCTS 2.01 BARRIERS AND LIGHTS A. Barricades, flashers, lights, and "Danger", "Caution", "Street Closed", etc. signs shall meet the requirements of the Florida Department of Transportation and the Manual of Uniform Traffic Control Devices. B. Perform all Work with the requirements set forth by the Occupational Safety Health Administration. PART 3 -EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Traffic Regulation Collier County 01570-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01710 CLEANING PART 1 GENERAL 1.01 SCOPE OF WORK A. Execute cleaning, during progress of the work, and at completion of the work, as required by General Conditions. 1.02 RELATED WORK A. General Terms and Conditions are included in EXHIBIT H. B. Each Section: Cleaning for specific products or work. 1.03 DISPOSAL AND CLEANING A. Conduct cleaning and disposal operations to comply with codes, ordinances,regulations and anti-pollution laws. PART 2 PRODUCTS 2.01 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturer of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 EXECUTION 3.01 DURING CONSTRUCTION A. Execute periodic cleaning to keep the work,the site and adjacent properties free from accumulations of waste materials,rubbish and windblown debris,resulting from construction operations. B. Provide on-site containers for the collection of waste materials,debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 3.02 FINAL CLEANING A. Employ skilled workmen for final cleaning. SRO Wellfield MV Cable Replacement Cleaning Collier County 01710 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 B. Remove grease,mastic,adhesives,dust, dirt, stains, fingerprints,labels and other foreign materials from sight-exposed interior and exterior surfaces. C. Broom clean exterior paved surfaces;rake clean other surfaces of the grounds. D. Prior to final completion,or Owner occupancy, conduct an inspection of sight-exposed interior and exterior surfaces and all work areas,to verify that the entire work is clean. END OF SECTION SRO Wellfield MV Cable Replacement Cleaning Collier County 01710-2 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 1 F SECTION 01700 CONTRACT CLOSEOUT PART I GENERAL 1.01 SCOPE OF WORK A. This Section specifies administrative,verification and procedural requirements for project closeout,including but not limited to: 1. Cleaning Section 01710. 2. Project Record Documents Section 01720. 3. Record Shop Drawings Section 01300. 4. Spare parts and maintenance materials(spare paint, lubricants, special tools)Division 16. 5. Warranties,guarantees,and bonds Section 01740 and applicable Sections in Technical Division 16. 6. Reconciliation of final accounting, final change order, final payment application Section 01027 and General Conditions and Contractor's releases. 7. Permit close-outs including Certificate of Occupancy or Certificate of Completion 1.02 RELATED WORK A. Operation and Maintenance(O&M)data and manuals Section 01730 and applicable Sections in Division 16. B. Certified Surveyor documentation submittals Section 01050. 1.03 CLOSEOUT PROCEDURES A. Provide all deliverables as specified,prior to submitting the final payment application. B. Provide submittals to Engineer that are required by governing or other authorities having applicable jurisdiction including but not limited to permit close out information, certificates of occupancy,etc. C. Submit Application for Final Payment identifying total adjusted Contract Sum,previous payments and sum remaining due,following submittal and approval of Record Documents and Record Drawings. D. Submit Contractor's Final Release and Release of Liens with final payment application. 1.04 FINAL CLEANING A. Contractor to complete final cleaning prior to submittal of the final application for payment. SRO Wellfield MV Cable Replacement Contract Closeout Collier County 01700- 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 IF B. Contractor to comply with requirements as specified in Section 01710. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Contract Closeout Collier County 01700-2 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 SCOPE A. The Contractor shall keep and maintain,at the job site,a copy of contract documents, marked up to indicate all changes made during the course of a project,as specified herein. 1.02 RELATED REQUIREMENTS A. Contract close-out submittals are included in Section 01700. B. Warranties and bonds are included in Section 01740. C. Fielding engineering(surveys)are included in Section 01050. 1.03 REQUIREMENTS INCLUDED A. Contractor shall maintain a record copy of the following documents,marked up to indicate all changes made during the course of a project: 1. Contract Drawings B. Contractor shall assemble copies of the following documents for turnover to the Engineer at the end of the project, as specified. 1. Field Orders,Change Orders,Design Modifications, and RFIs 2. Field Test records 3. Permits and permit close-outs(final approvals) 4. Certificate of Occupancy or Certificate of Completion, as applicable C. RECORD DRAWINGS 1. The Contractor shall annotate(mark-up)the Contract Drawings to indicate all project conditions,locations,configurations,and any other changes or deviations that vary from the original Contract Drawings. This requirement includes,but is not limited to,buried or concealed construction, and utility features that are revealed during the course of construction. Special attention shall be given to recording the locations(horizontal and vertical)and material of all buried utilities that are encountered during construction— whether or not they were indicated on the Contract Drawings. The record information added to the drawings may be supplemented by detailed sketches, if necessary, clearly indicating,the WORK,as constructed. SRO Wellfield MV Cable Replacement Project Record Documents Collier County 01720- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. These annotated Contract Drawings constitute The Contractor's Record Drawings and are actual representations of as-built conditions, including all revisions made necessary by change orders, design modifications,requests for information and field orders. 3. Record drawings shall be accessible to the Owner and Engineer at all times during the construction period. PART 2 —PRODUCTS (NOT USED) PART 3 —EXECUTION 3.01 MAINTENANCE OF RECORD DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of the record documents. 2. Provide locked cabinet(s)or secure storage space for storage of samples. B. File documents and samples in accordance with Construction Specifications Institute(CSI) format. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construction purposes. D. Make documents and sample available for inspection by the Engineer or Owner at all times. E. Up-to-date Record Drawings may be a pre-requisite of processing periodic monthly pay applications, if so specified under the section for progress payments. 3.02 MARKING METHOD A. Use the color Red(indelible ink)to record information on the Drawings and Specifications, B. Label each document"PROJECT RECORD" in neat large printed letters. C. Unless otherwise specified elsewhere, notations shall be affixed to hardcopies of documents. D. Record information contemporaneously with construction progress. E. Legibly mark drawings with as-built information: 1. Elevations and dimensions of structures and structural elements. 2. All underground utilities(piping and electrical), structures,and appurtenances a. Record horizontal and vertical locations of underground structures, piping, utilities and appurtenances,referenced to permanent surface improvements. SRO Wellfield MV Cable Replacement Project Record Documents Collier County 01720-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3.03 RECORD INFORMATION COMPILATION A. Do not conceal any work until the required information is acquired. B. Items to be recorded include, but are not limited to: 1. Location of internal utilities and appurtenances concealed in the construction—referenced to visible and accessible features. 2. Field changes of dimensions and/or details C. Changes made by Field Order, Change Order, design modification, and RFI. D. Details not indicated on the original Contract Drawings. E. Specifications- legibly mark each Section to record: 1. Manufacturer,trade name, catalog number,and Supplier of each product and item of equipment actually installed. 2. Changes made by Field Order, Change Order,RFI, and approved shop drawing. 3.04 SUBMITTAL A. Upon substantial completion of the WORK and prior to final acceptance,the Contractor shall finalize and deliver a complete set of Record Drawings to the ENGINEER conforming to the construction records of the Contractor.The set of drawings shall consist of corrected and annotated drawings showing the recorded location(s)of the WORK. Unless specified otherwise elsewhere,Record Drawings shall be in the form of a set of prints with annotations carefully and neatly superimposed on the drawings in red. B. Upon substantial completion of the WORK and prior to final acceptance,the Contractor shall finalize and deliver a complete set of Record Documents to the ENGINEER conforming to the construction records of the Contractor. The set of documents shall consist of corrected and annotated documents showing the as-installed equipment and all other as-built conditions not indicated on the Record Drawings. C. The information submitted by the Contractor into the Record Drawings and Record Documents will be assumed to be correct, and the Contractor shall be responsible for the accuracy of such information,and shall bear the costs resulting from the correction of incorrect data. D. Delivery of Record Drawings and Record Documents to the ENGINEER will be a prerequisite to Final payment. E. The Contractor shall maintain a copy of all books,records, and documents pertinent to the performance under this Agreement for a period of five years following completion of the contract. END OF SECTION SRO Wellfield MV Cable Replacement Project Record Documents Collier County 01720-3 1 .IF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Project Record Documents Collier County 01720-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01730 OPERATION AND MAINTENANCE DATA PART I GENERAL 1.01 SCOPE OF WORK A. This Section includes procedural requirements for compiling and submitting operation and maintenance data required to complete the project. 1.02 RELATED WORK A. Submittals are included in Section 01300 B. Contract closeout is included in Section 01700 C. Warranties and Bonds are included in Section 01740 1.03 OPERATING MANUALS A. Provide specific operation and maintenance instructions for all electrical equipment furnished under various technical specifications Sections. B. Separate manuals shall be provided for each type of equipment, or each Section number. Each manual shall contain the following: 1. Format and Materials a. Binders: 1) Commercial quality three ring binders with durable and cleanable plastic covers 2) Maximum ring width capacity: 3 inches 3) When multiple binders are used, correlate the data into related consistent groupings/volumes. b. Identification: Identify each volume on the cover and spine with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". Include the following: 1) Title of Project. 2) Identify the general subject matter covered in the manual. 3) Identify structure(s)and/or location(s), of the equipment provided. 4) Specification Section number. c. 20 lb loose leaf paper,with hole reinforcement d. Page size: 8-1/2 inch by 11 inch e. Provide heavy-duty fly leafs(section separators),matching the table of contents, for each separate product, each piece of operating equipment,and organizational sections of the manual. f. Provide reinforced punched binder tab;bind in with text. g. Reduce larger drawings and fold to the size of text pages-but not larger than 11 inches x 17 inches-or provide a suitable clear plastic pocket(with drawing identification)for such folded drawings/diagrams. SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. Contents: a. A table of contents/Index,divided into section reflective of the major components provided. b. Specific description of each system and components c. Name, address,telephone number(s)and e-mail address(es)of vendor(s)and local service representative(s) d. Specific on-site operating instructions(including starting and stopping procedures) e. Safety considerations f. Project specific operational procedures and recommended log sheet(s). g. Project specific maintenance procedures h. Manufacturer's operating and maintenance instructions—specific to the project i. Copy of each wiring diagram j. Copy of approved shop drawing(s)and Contractor's coordination/layout drawing(s) k. List of spare parts and recommended quantities 1. Product Data: Mark each sheet to clearly identify specific products and component parts and data applicable to installation. Delete inapplicable information. m. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems,to show control and flow diagrams n. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions specified. o. Warranties and Bonds,as specified in the General Conditions 3. Transmittals a. Prepare separate transmittal sheets for each manual. Each transmittal sheet shall include at least the following: the Contractor's name and address, Owner's name, project name, project number, submittal number,description of submittal and number of copies submitted. b. Submittals shall be transmitted or delivered directly to the office of the Engineer, as indicated in the Contact Documents or as otherwise directed by the Engineer. c. Provide copies of transmittals(only, i.e.,without copies of the respective submittal) directly to the Resident Project Representative. C. Manuals for Equipment and Systems-In addition to the requirements listed above, for each System, provide the following: 1. Overview of system and description of unit or system and component parts. Identify function,normal operating characteristics and limiting conditions.Include legible performance curves, with engineering data and tests and complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: include start-up, break-in and routine normal operating instructions and sequences; regulation, control, stopping, shut-down and emergency instructions; and summer, winter and any special operating instructions. 3. Maintenance Requirements a. Procedures and guides for trouble-shooting; disassembly, repair,and reassembly instructions b. Alignment, adjusting,balancing and checking instructions c. Servicing and lubrication schedule and list of recommended lubricants d. Manufacturer's printed operation and maintenance instructions e. Sequence of operation by instrumentation and controls manufacturer SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730-2 F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 f. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance 4. Control diagrams by controls manufacturer as installed(as-built) 5. Contractor's coordination drawings,with color coded piping diagrams, as installed(as- built) 6. List of original manufacturer's spare parts and recommended quantities to be maintained in storage 7. Test and balancing reports,as required 8. Additional Requirements as specified in individual product specification 9. Design data for systems engineered by the Contractor or its Suppliers D. Electronic Transmission of O&M Manuals 1. Unless otherwise approved by the Engineer, O&M manuals may not be transmitted by electronic means other than by CD-ROM or USB flash drive. Electronic O&M manuals shall meet the following conditions: a. The above-specified transmittal form is included. b. All other requirements specified above have been met, including,but not limited to, coordination by the Contractor,review and approval by the Contactor. c. The submittal contains no pages or sheets large than 11 x 17 inches. d. With the exception of the transmittal sheet,the entire submittal is included in a single file. e. Files are Portable Document Format(PDF)—with the printing function enabled. f. All scanned manufacturer's O&M manuals must be quality checked after scanning to ensure the page are not crooked and all information is legible. 2. When electronic copies are provided,transmit two hard copy(paper)originals to the Engineer with an electronic copy on CD-ROM. 3. The electronic copy of the O&M manual must be identical in organization,format and content to the hard copies of the manual. 4. The electronic O&M Manual must be bookmarked identically to the paper manual table of contents to allow quick access to information.Electronic submittals that require extensive scrolling will not be accepted. The document must be indexed and searchable. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SUBMITTAL SCHEDULE A. Operation and maintenance manuals shall be delivered directly to the office of the Engineer,as follows: SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1. Provide preliminary copies of each manual to the office of the Engineer,no later than 30 days following approval of the respective shop drawings. 2. Provide final copies of each completed manual prior to testing. 3. Provide a letter that grants the Engineer and Owner to the limited right to use and reproduce each manual (in it its entirety or any portion thereof)from the respective equipment manufacturer(s). Such limited right shall allow the Engineer and Owner to use each manual or and portion thereof for: a. The potential assembly of a comprehensive facility operation and maintenance manual for the sole benefit of the Owner; and, b. supplemental training of the Owner's personnel and operators, over and above the required vendor's training, regarding operation of the facility as a system. B. The ENGINEER will review Operation and Maintenance manuals submittals for operating equipment for conformance with the requirements of the applicable specification Section. The review will generally be based on the O&M Manual Review Checklist appended to this Section. C. If during test and start-up of equipment, any changes were made to the equipment,provide two hard copies of as-built drawings or any other amendments for insertion,by the contractor, in the previously transmitted final manuals. In addition,provide one revised electronic version including the as-built drawings and any other amendments.The manuals shall be completed, including updates, if any,within 30 days of start-up and testing of the facility. 3.02 VENDOR TRAINING/INSTRUCTIONS(TO OWNER'S PERSONNEL) A. Before final initiation of operation, Contractor's vendors shall train/instruct Owner's designated personnel in the operation,adjustment, and maintenance of products, equipment and systems at times convenient to the Owner. B. Unless specified otherwise under the respective equipment specification section,vendor training/instruction shall consist of eight hours of training for each type of equipment. Such training/instruction shall be scheduled and held at times to accommodate the work schedules of Owner's personnel, including splitting the required training/instruction time into separate sessions and/or presented at reasonable times other than the Contractor's "normal working hours" or the Owner's normal day shift. C. Use operation and maintenance manuals as basis for instruction. Train/instruct the Owner's personnel, in detail,based on the contents of manual explaining all aspects of operation and maintenance of the equipment. If the respective equipment is inter-related to the operation of other equipment, all interlock, constraints,and permissives shall be explained. D. At least two weeks prior to the schedule for vendor training, a detailed lesson plan, representative of the material to be covered during instruction,shall be submitted to the Engineer for approval. Lesson plans shall consist of in-depth outlines of the training material, including a table of contents,resume of the instructor,materials to be covered,start-up procedures,maintenance requirements, safety considerations, and shut-down procedures. E. Prepare and insert additional data in each Operation and Maintenance Manual when the need for such data becomes apparent during training/instruction. SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730-4 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 F. Vendor's training/instruction will be considered acceptable based on the completed Owner's Acknowledgement of Manufacturer's Instruction as indicated on the Equipment Manufacturer's Certification of Installation,Testing, and Instruction appended to this Section. 3.03 VIDEOGRAPHY OF VENDOR TRAINING/INSTRUCTION A. Audio/video(A/V)record(in DVD format)training/instructions as they are being provided to the Owner's personnel. Such recording shall include the entire training/instruction session(s)as well as all questions and answers. A/V recording shall be performed by a professional organization experienced in the production of such recordings. Self-recording by the Contractor may be considered,provided that Contractor can demonstrate, in advance,proficient examples of such recordings. B. To avoid audio problems,training/instruction shall be held in a location sufficiently removed from construction activity, insulated from the noise of construction activity,or during a time when construction activity is not occurring in the vicinity. C. The audio portion of the A/V recording should be done with a microphone(wired or wireless) attached to the trainer/instructor to maximize the quality of speech. D. Each A/V recording should have "chapters" to segregate the distinct portions of the training/instruction,or have visual cues at the start of a change in subject. E. Two copies of the A/V recordings shall be submitted to the Engineer on DVD disk(s).The DVDs will become the property of the Owner. END OF SECTION SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730-5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 O&M Manual Review Checklist Submittal No.: Project No.: Manufacturer: Equipment Submitted: Specification Section: Date of Submittal: General Data 1. Are the area representative's name,address, e-mail address and telephone number included? 2. Is the nameplate data for each component included? 3. Are all associated components related to the specific equipment included? 4. Is non-pertinent data crossed out or deleted? 5. Are drawin s neatly folded and/or inserted into packets? 6. Are all pages properly aligned and scanned legibly? 7. Is the .PDF document bookmarked according to the table of contents? Operations and Maintenance Data 8. Is an overview description of the equipment and/or process included? 9. Does the description include the practical theory of operation? 10. Does each equipment component include specific details(design characteristics, operating parameters,control descriptions, and selector switch positions and functions)? 11. Are alarm and shutdown conditions specific to the equipment provided on this project clearly identified?Does it describe possible causes and recommended remedies? 12. Are step procedures for starting, stopping, and troubleshooting specific to the equipment provided included? 13. Is a list of operational parameters to monitor and record specific to the equipment provided included? 14. Is a proposed operating log sheet specific to the equipment provided included? 15. Is a spare parts inventory list included for each component? 16. Is a lubrication schedule for each component specific to the equipment provided included-or does it clearly state"No Lubrication Required"? 17. Is a maintenance schedule for each component specific to the equipment provided included? 18.. Is a copy of the warranty information included? SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730-6 hF 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 Review Comments Is the submittal fully approved (yes/no)? If not, the following points of rejection must be addressed and require resubmittal by the Contractor: Item No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14, 15. Reviewed By: Date: Legend 1 =0K 2 =Not Adequate 3 =Not Included Note: This submittal has been reviewed for compliance with the Contract Documents. SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730-7 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE LEFT INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Operation and Maintenance Data Collier County 01730- 8 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 01740 WARRANTIES AND BONDS PART I GENERAL 1.01 SCOPE OF WORK A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents,including manufacturer's standard warranties on products and special warranties. 1.02 RELATED WORK A. Refer to General Terms and Conditions in EXHIBIT H relating to warranties and bonds. B. Special Project Procedures in Section 01100 includes warranties and bonds. C. General closeout requirements are included in Section 01700 Project Closeout. D. Specific requirements for warranties for the work and products and installations that are specified to be warranted are included in the individual Sections. 1.03 SUBMITTALS A. Submit written warranties to the Owner prior to the date fixed by the Engineer for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the work,or a designated portion of the work, submit written warranties upon request of the Owner. B. When a special warranty is required to be executed by the Contractor,or the Contractor and a subcontractor, supplier or manufacturer,prepare a written document that contains appropriate terms and identification,ready for execution by the required parties. Submit a draft to the Owner for approval prior to final execution. C. Refer to individual Sections for specific content requirements, and particular requirements for submittal of special warranties. D. At Final Completion compile two copies of each required warranty and bond properly executed by the Contractor, or by the Contractor,subcontractor, supplier, or manufacturer.Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. E. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders,thickness as necessary to accommodate contents and sized to receive 8-1/2- in by 11-in paper. F. Table of Contents:Neatly typed, in the sequence of the Table of Contents of the Project Manual,with each item identified with the number and title of the Section in which specified and the name of the product or work item. SRO Wellfield MV Cable Replacement Warranties and Bonds Collier County 01740- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 G. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation.Provide a typed description of the product or installation, including the name of the product and the name, address and telephone number of the installer, supplier and manufacturer. H. Identify each binder on the front and the spine with the typed or printed title"WARRANTIES AND BONDS",the project title or name and the name,address and telephone number of the Contractor and equipment supplier. 1. When operating and maintenance manuals are required for warranted construction,provide additional copies of each required warranty, as necessary, for inclusion in each required manual. J. Schedule of Special Warranties 1. Section 16121 —Medium Voltage Cable. 1.04 WARRANTY REQUIREMENT A. Related Damages and Losses: When correcting warranted work that has failed, remove and replace other work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted work. B. Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that work covered by a warranty has failed,replace or rebuild the work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective work regardless of whether the Owner has benefited from use of the work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations,rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties,obligations,rights, or remedies. E. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the contract Documents. F. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the work that incorporates the products,nor does it relieve suppliers,manufacturers and subcontractors required to countersign special warranties with the Contractor. 1.05 MANUFACTURERS CERTIFICATIONS A. Where required,the Contractor shall supply evidence,satisfactory to the Engineer,that the Contractor can obtain manufacturers'certifications as to the Contractor's installation of equipment. SRO Wellfield MV Cable Replacement Warranties and Bonds Collier County 01740-2 h F t ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.06 DEFINITIONS A. Standard Product Warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. B. Special Warranties are written warranties required by or incorporated in the Contract Documents,either to extend time limits provided by standard warranties or to provide greater rights for the Owner. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION SRO Wellfield MV Cable Replacement Warranties and Bonds Collier County 01740-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE LEFT INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Warranties and Bonds Collier County 01740-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-I4 SECTION 02050 DEMOLITION AND MODIFICATIONS PART 1 -GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required and demolish, modify,remove and dispose of work shown on the Drawings and as specified herein. B. Included,but not limited to, are demolition,modifications and removal of existing materials, equipment or work necessary to install the new work as shown on the Drawings and as specified herein and to connect with existing work in approved manner. C. Demolition, modifications and removals which may be specified under other Sections shall conform to requirements of this Section. D. Demolition and modifications include: 1. Existing landscaping 2. Fencing E. Blasting and the use of explosives will not be permitted for any demolition work. 1.02 RELATED WORK A. Summary of Work is included in Section 01010. B. Submittals are included in Section 01300. C. Excavation,Trenching, Backfilling, and Compaction is included in Section 02200. D. Surface Restoration and Sodding is included in Section 02900. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300,the proposed methods and operations of demolition of the structures and modifications prior to the start of work. Include in the schedule the coordination of shutoff,capping and continuation of utility service as required. B. Furnish a detailed sequence of demolition and removal work to ensure the uninterrupted progress of the OWNER'S operations. C. Actual work shall not begin until the ENGINEER has inspected and approved the modifications and authorized commencement of the demolition work in writing. SRO Wellfield MV Cable Replacement Demolition and Modifications Collier County 02050- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.04 JOB CONDITIONS A. Protection 1. Execute the demolition and removal work to prevent damage or injury to structures, occupants thereof and adjacent features which might result from falling debris or other causes, and so as not to interfere with the use, and free and safe passage to and from adjacent structures. 2. Closing or obstructing of roadways, sidewalks and passageways adjacent to the work by the placement or storage of materials will not be permitted and all operations shall be conducted with a minimum interference to traffic on these ways. 3. Erect and maintain barriers, lights, sidewalk sheds and other required protective devices. B. Scheduling 1. Carry out operations so as to avoid interference with operations and work in the existing facilities. C. Notification 1. At least 48 hours prior to commencement of a demolition or removal, notify the ENGINEER in writing of proposed schedule therefor. OWNER shall inspect the existing equipment and to identify and mark those items which are to remain the property of the OWNER. No removals shall be started without the permission of the ENGINEER. D. Conditions of Structures 1. The OWNER and the ENGINEER assume no responsibility for the actual condition of the structures to be demolished or modified. 2. Conditions existing at the time of inspection for bidding purposes will be maintained by the OWNER insofar as practicable. However,variations within a structure may occur prior to the start of demolition work. E. Repairs to Damage 1. Promptly repair damage caused to adjacent facilities by demolition operation when directed by ENGINEER and at no additional cost to the OWNER. Repairs shall be made to a condition at least equal to that which existed prior to construction. F. Traffic Access 1. Conduct demolition and modification operations and the removal of equipment and debris to ensure minimum interference with roads, streets,walks both onsite and offsite and to ensure minimum interference with occupied or used facilities. 2. Special attention is directed towards maintaining safe and convenient access to the existing facilities by plant personnel and plant associated vehicles. 3. Do not close or obstruct streets,walks or other occupied or used facilities without permission from the ENGINEER. Furnish alternate routes around closed or obstructed traffic in access ways. 1.05 RULES AND REGULATIONS A. The Building Code of the State of Florida and Collier County shall control the demolition, modification etc. SRO Wellfield MV Cable Replacement Demolition and Modifications Collier County 02050-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.06 DISPOSAL OF MATERIAL A. All material, structures, etc. listed hereinafter shall become the property of the CONTRACTOR, hauled and disposed of in accordance with Collier County and State of Florida regulations. PART 2 -PRODUCTS (NOT USED) PART 3 —EXECUTION 3.01 GENERAL A. All materials and equipment removed from existing work shall become the property of the CONTRACTOR. B. Dispose of all demolition materials,equipment, debris and all other items off the site and in conformance with all existing applicable laws and regulations. C. Pollution Controls 1. Use water sprinkling,temporary enclosures and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. a. Do not use water when it may create hazardous or objectionable conditions such as flooding and pollution. b. Clean adjacent structures, facilities, and improvements of dust, dirt and debris caused by demolition operations. Return adjacent areas to conditions existing prior to the start of the work. 3.02 CLEAN-UP A. Remove from the site all debris resulting from the demolition operations as it accumulates. Upon completion of the work,all materials,equipment,waste and debris of every sort shall be removed and premises shall be left,clean,neat and orderly. END OF SECTION SRO Wellfield MV Cable Replacement Demolition and Modifications Collier County 02050-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Demolition and Modifications Collier County 02050-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 02200 EXCAVATION, TRENCHING,BACKFILLING AND COMPACTION PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required and perform all excavation, backfill, fill and grading required to complete the work as shown on the Drawings and as specified herein. The work shall include,but not necessarily be limited to excavation and backfill for electrical manholes,handholes, conduits,cables, raceways and ducts; embankment and grading; disposal of waste and surplus materials; and all related work such as sheeting, bracing, and dewatering. B. All excavation,trenching, etc. shall conform to the requirements of the Florida"Trench Safety Act" (CS/SB 2626)which incorporates, by reference,OSHA excavation safety standards,29 CFR 1926.650 Subpart P. 1.02 RELATED WORK A. Surface Restoration and Sodding is included in Section 02900. 1.03 PROJECT CONDITIONS A. Existing Utilities: Locate existing underground utilities in the areas of work. If utilities are to remain in place,provide adequate means of protection during earthwork operations. 1. Should uncharted, or incorrectly charted,piping or other utilities be encountered during excavation, consult ENGINEER and OWNER of such piping or utility immediately for directions. Cooperate with OWNER and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. 2. Demolish and completely remove from site existing underground utilities indicated on the Drawings to be removed. B. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement,undermining,washout and other hazards created by earthwork operations. 1.04 DEFINITIONS A. Where the phrase "in-the-dry" is used in this Section, it shall be defined to mean a soil condition such that the in-place moisture content of the soil at that time is no more than two percentage points above the optimum moisture content of that soil as determined by the laboratory test of the moisture-density relation appropriate to the specified level of compaction. SRO Wellfield MV Cable Replacement Excavation,Trenching, Backfilling, and Compaction Collier County 02200- 1 ©2014 CDM Smith 6295-101578 1 IF All Rights Reserved Bid Set Feb-14 B. Where used in this Section"structures" refers to all buildings,wet wells,manholes and below grade vaults. Stormwater structures and duct banks are not considered structures in this context. PART 2 PRODUCTS 2.01 MATERIALS A. Crushed Stone or Gravel for Bedding: Crush stone shall be crushed limestone,granite,or concrete with a range of''-inch to 1-1/2-inch particle size and conforming to the gradation requirements for FDOT No. 57 coarse aggregate. B. Backfill Sand: Granular material free from clay balls, organic matter, and other deleterious substances with 100 percent of the material passing through a No. 4 sieve. For grains retained on No. 4 sieve,the grain shape shall be rounded or sub-rounded as defined by ASTM D-2488. C. Common Fill: Granular material free from clay balls, organic matter,and other deleterious substances with not more than 15 percent of the material passing through a No. 200 sieve. Large rocks or boulders greater than 8-inches in length shall not be permitted. D. Unsuitable Materials: Unsuitable materials are soil, soil-aggregate and rock having a classification of MH, ML,CH, CL or PT,along with materials having an organic content exceeding 5.0 percent by weight. PART 3 EXECUTION 3.01 PREPARATION A. Test Pits 1. Perform exploratory excavation work(test pits)for the purpose of verifying the location of underground utilities and structures and to check for unknown utilities and structures,prior to commencing excavation work. 2. Test pits shall be backfilled as soon as the desired information has been obtained. Backfilled surfaces shall be stabilized in accordance with approved erosion and sedimentation control plans. B. Dewatering and Drainage Systems 1. Temporary dewatering and drainage systems shall be in place and operational prior to beginning excavation work. 3.02 EXCAVATION SUPPORT A. Furnish,install, monitor and maintain excavation support(e.g., shoring, sheeting,bracing, trench boxes,etc.)as required by Federal, State or local laws,ordinances,regulations and safety requirements. Support the sides of excavation,to prevent any movement which could in any way reduce the width of the excavation below that necessary for proper construction and protect adjacent structures from undermining, settlement or other damage. Take care to prevent the formation of voids outside of sheeting. If voids occur behind sheeting, immediately backfill and SRO Wellfield MV Cable Replacement Excavation,Trenching, Backfilling, and Compaction Collier County 02200-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 compact the voids with common fill material. Voids in locations that cannot be properly compacted upon backfilling shall be filled with lean concrete. B. Install excavation supports outside the neat lines of foundations. Supports shall be plumb and securely braced and tied in position. Excavation support shall be adequate to withstand all pressures to which the supports will be subjected.Any movement or bulging of supports shall be corrected to provide the necessary clearances, dimensions and structural integrity. 3.03 EXCAVATION PROCEDURES A. Excavation shall be performed in-the-dry and shall be accomplished by methods which preserve the undisturbed state of subgrade soils. Drainage and dewatering systems shall be in place and operational prior to beginning excavation work. In no case shall the earth be plowed, scraped or excavated by any means so near to the finished subgrade that would disturb the finished subgrade. Hand excavation of the final 3 to 6-in may be required to obtain a satisfactory, undisturbed subgrade. Subgrade soils which become soft, loose, "quick",or otherwise unsatisfactory for support of structures as a result of inadequate excavation,dewatering, or other construction methods shall be removed and replaced with lean concrete,compacted structural fill or suitable crushed rock, subject to prior approval by the Engineer, at no additional cost to the Owner. 3.04 BACKFILL AND COMPACTION PROCEDURES A. Fill and backfill materials shall be placed in lifts to suit the specified compaction requirements to the lines and grades required,making allowances for settlement and placement of cover materials(i.e.,topsoil,sod,etc). Soft spots or uncompacted areas shall be corrected. B. Fill and backfill shall not be placed and compacted when the materials are too wet to properly compact. 3.05 DISPOSAL OF UNSUITABLE, WASTE AND/OR SURPLUS EXCAVATED MATERIAL A. Unsuitable, waste and surplus excavated material shall be removed and disposed of off-site Materials may be temporarily stockpiled in an area within the limits of construction that does not disrupt construction activities,create any nuisances or safety hazards, or otherwise restrict access to the work site. 3.06 GRADING A. Grading shall be performed to restore the original lines and grades. END OF SECTION SRO Wellfield MV Cable Replacement Excavation,Trenching, Backfilling, and Compaction Collier County 02200-3 F ©2014 CDM Smith 6295-1015 All Rights Reserved Bid Set Feb-14 THIS PAGE LEFT INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Excavation,Trenching, Backfilling, and Compaction Collier County 02200-4 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 02605 PRECAST CONCRETE MANHOLES AND STRUCTURES PART I GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals required and install precast concrete manholes, structures, frames and covers, access hatches,manhole rungs, and appurtenances all as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Earthwork is included is Section 02200. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings showing details of construction, reinforcing,joints,pipe connection to manhole,manhole rungs,manhole platforms(if applicable),manhole frames and covers,and access hatches. B. Submit for review, structural calculations and drawings for all precast structures. C. Concrete design mix data and concrete test cylinder reports from an approved concrete testing laboratory certifying that the concrete used in the precast structures conforms with the strength requirements specified herein. 1.04 REFERENCE STANDARDS A. ASTM International 1. ASTM A48 - Standard Specification for Gray Iron Castings 2. ASTM A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 3. ASTM C32-Standard Specification for Sewer and Manhole Brick(Made from Clay or Shale). 4. ASTM C62-Standard Specification for Building Brick(Solid Masonry Units Made from Clay or Shale). 5. ASTM C150- Standard Specification for Portland Cement. 6. ASTM C207- Standard Specification for Hydrated Lime for Masonry Purposes. 7. ASTM C443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. 8. ASTM C478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 - 1 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 9. ASTM D4101 -Standard Specification for Propylene Plastic Injection and Extrusion Materials. B. American Concrete Institute(ACI) 1. ACI 318 -Building Code Requirement for Structural Concrete. C. American Association of State Highway and Transportation Officials(AASHTO) D. Occupational Safety and Health Administration(OSHA) E. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The quality of all materials,the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the Owner. Such inspection may be made at the place of manufacture,or on the work after delivery,or at both places and the materials shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein; even though samples may have been accepted as satisfactory at the place of manufacture.Material rejected after delivery to the job shall be marked for identification and shall be removed from the job at once.All materials which have been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if permitted,or removed and replaced, entirely at the Contractor's expense. B. At the time of inspection,the materials will be carefully examined for compliance with the ASTM standard specified below and this Section and with the approved manufacturer's drawings.All manhole sections shall be inspected for general appearance, dimension, "scratch- strength",blisters,cracks,roughness, soundness,etc.The surface shall be dense and close- textured. C. Imperfections in manhole sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at 7 days and 5,000 psi at 28 days,when tested in 3-in by 6-in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. PART 2 PRODUCTS 2.01 PRECAST CONCRETE MANHOLE SECTIONS A. Precast concrete barrel sections and transition top sections, shall conform to ASTM C478 and meet the following requirements: 1. The wall thickness shall not be less than 5-in for 48-in diameter reinforced barrel sections, 6-in for 60-in diameter reinforced barrel sections and 7-in for 72-in diameter reinforced barrel sections. SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -2 ©2014 CDM Smith 6295-101578 I All Rights Reserved Bid Set Feb-14 IF 2. Top sections shall be eccentric except that barrel sections shall be used where shallow pipe cover requires a top section less than 4-ft as shown on the Drawings. 3. Barrel sections shall have tongue and groove joints. 4. All sections shall be cured by an approved method and shall not be shipped nor subjected to loading until the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer. 5. Precast concrete barrel sections with precast top slabs and precast concrete transition sections shall be designed for a minimum of H-20 loading plus the weight of the soil above at 120 pcf. 6. The date of manufacture and the name and trademark of the manufacturer shall be clearly marked on the inside of each precast section. 7. Precast concrete bases shall be constructed and installed as shown on the Drawings. The thickness of the bottom slab of the precast bases shall not be less than the manhole barrel sections or top slab whichever is greater. 8. Knock out panels shall be provided in precast manhole sections at the locations shown on the Drawings.They shall be integrally cast with the section, 2-1/2-in thick and shall be sized as shown on the Drawings. There shall be no steel reinforcing in knock out panels. 2.02 PRECAST CONCRETE STRUCTURES A. The precast reinforced concrete structures shall be manufactured by Rotundo& Sons, Inc.; American Precast or equal. The inside dimensions,headroom requirements and minimum thickness of concrete shall be as indicated on the Drawings. The manufacturer shall notify the Engineer at least 5 working days prior to placing concrete during the manufacturing process. The Engineer may inspect the reinforcing steel placement and/or require the manufacturer to provide photographs of each section showing the location of all reinforcing steel prior to the placing of concrete. Should it be found that the placement of steel is not as detailed in the shop drawing submittals,the section in question shall be rejected and a replacement section shall be manufactured at the Contractor's expense. Failure to properly notify the Engineer prior to placing concrete shall require the precast sections to be rejected and replacement sections to be manufactured at the Contractor's expense. B. Structural design calculations and Drawings shall be prepared and stamped by a professional engineer registered in the State of Florida. C. All precast concrete shall have a minimum compressive strength of 5000 psi at 28 days. Water shall be kept to a minimum to obtain concrete which is as dense and watertight as possible. The maximum water-to-cement ratio shall be 0.40 by weight and the minimum cement content shall be 600 lbs of cement per cubic yard of concrete.The above ratios shall be revised for sacks of cement weighing different from 94 pounds per sack. D. Design Criteria 1. All precast concrete members shall conform to ACI 318. SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -3 11.F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2. When the design yield strength "fy" for tension reinforcement exceeds 40,000 psi,the "z" values referred to in ACI 318 shall not exceed 95 kips/in. The flexural stress in reinforcement under service loads "fs" shall be calculated and shall not be greater than 50 percent of the specified yield strength fy. 3. The precast concrete structure's elements shall be designed to support their own weight,the weight of soil above at 120 pcf and shall be capable of withstanding a live load equal to an AASHTO HS-20 highway loading applied to the top slab. 4. The base slab and walls shall be cast together to form a monolithic base section. 5. All exterior walls shall be designed for an equivalent fluid pressure of 90 lbs/sq ft.The top of the pressure diagram shall be assumed to originate at finished ground level.Additional lateral pressure from approaching truck wheels shall be considered in accordance with AASHTO. 6. The structural design shall take into account discontinuities in the structure produced by openings and joints in the structure. 7. The structures shall be designed to prevent flotation without the benefit of skin friction when the ground water level is at finished ground surface. Flotation forces shall be resisted by the dead load of the structure and soil directly above the structure. Weight of equipment and piping within the structure and soil frictional forces shall not be considered as being effective in resisting flotation forces. 8. If the design of the box structure requires a concrete pad to prevent flotation,the cost of designing,furnishing and installing a reinforced concrete pad shall be included in the price for the structure. Details of the design of the concrete pad(if required)shall be submitted to the Engineer for review. 9. All walls and slabs shall be analyzed by accepted engineering principles. Openings shall be completely framed as required to carry the full design loads to support walls.All slabs and walls shall be fully reinforced on both faces and the minimum reinforcing shall be No. 5 at 12-in E.F.E.W. Additional reinforcing shall be provided around all openings. 10. The horizontal wall joints shall not be located within 18-in of the horizontal centerline of wall penetrations. E. The structure shall be built by the manufacturer in no more than four major sections including the top slab if required. F. Where top slabs are used or required, lifting hooks shall be provided. G. As required,access openings and pipe penetrations shall be formed openings and located as shown on the Drawings. H. Wall sleeves as shown on the Drawings, shall be provided to the precast concrete manufacturer for inclusion in the manufacture of the structure. SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 2.03 BRICK MASONRY A. The bricks shall be good, sound,hard and uniformly burned,regular and uniform in shape and size, of compact texture and satisfactory to the Engineer. Underburned or salmon brick will not be acceptable and only whole brick shall be used unless otherwise permitted. In case bricks are rejected by the Engineer,they shall be immediately removed from the site of the work and satisfactory bricks substituted therefor. 1. Bricks for the channels and shelves shall comply with ASTM C32 for Sewer Brick, Grade SS (from clay or shale) except that the mean of five tests for absorption shall not exceed 8 percent and no individual brick exceed 11 percent. 2. Bricks for building up and leveling manhole frames shall conform to ASTM C62. B. Mortar used in the brickwork shall be composed of 1 part Type II Portland cement conforming to ASTM C150 to 2 parts sand to which a small amount of hydrated lime not to exceed 10 lbs to each bag of cement shall be added. C. The sand used shall be washed,cleaned, screened, sharp and well graded as to different sizes and with no grain larger than will pass a No.4 sieve. It shall be free from vegetable matter, loam, organic or other materials of such nature or of such quantity as to render it unsatisfactory. D. The hydrated lime shall also conform to ASTM C207. 2.04 MANHOLE FRAME AND COVER A. Manhole frames and covers shall be of good quality, strong,tough, even grained cast iron smooth, free from scale, lumps,blisters, sand holes and defects of any kind which render them unfit for the service for which they are intended. Manhole covers and frame seats shall be machined to a true surface. Castings shall be thoroughly cleaned and subject to hammer inspection. Cast iron shall conform to ASTM A48, Class 30. B. Manhole covers shall have a diamond pattern,pickholes and the word Collier County cast in 3- in letters. Manhole frame and covers shall be LeBaron Foundry; Mechanics Iron Foundry; Neenah Foundry or equal. 2.05 JOINTING PRECAST MANHOLE SECTIONS AND STRUCTURE A. Tongue and groove joints of precast manhole and structure sections shall be sealed with either a round rubber 0-ring gasket or a preformed flexible joint sealant. The 0-ring shall conform to ASTM C443. The preformed flexible joint sealant shall be Kent Seal No. 2 by Hamilton-Kent; Ram-Nek by K.T. Snyder Company or equal. B. Joints shall be designed and manufactured so that the completed joint will withstand an internal water pressure of 15 psi without leakage or displacement of the gasket or sealant. SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -5 ©2014 CDM Smith 6295-1 51 F All Rights Reserved Bid Set Feb-14 2.06 MANHOLE RUNGS A. Manhole rungs shall be either of the following types: 1. Manhole rungs shall be of cast aluminum alloy 6061-T6,drop front design, 12-in wide with an abrasive step surface. The manhole rungs shall conform to the requirements of OSHA. 2. Manhole rungs shall be steel reinforced copolymer polypropylene plastic. Rungs shall be 14-in wide, M.A. Industries Type PS2-PF-SL or equal.Copolymer polypropylene shall conform to ASTM D4101,PP0344 B33534 Z02. Steel reinforcing shall be 1/2-in diameter, grade 60 conforming to ASTM A615 and shall be continuous throughout the rung. The portion of the legs to be embedded in the precast section shall have fins and be tapered to insure a secure bond. 2.07 ACCESS HATCH(ES) A. Access hatches shall have single or double leaf doors as indicated by the Drawings. The doors shall be I/4-in aluminum diamond pattern plate with welded stiffeners, as necessary,to withstand an AASHTO H2O wheel load. Hatches shall have a 1/4-in aluminum channel frame with a perimeter anchor flange or strap anchors for concrete embedment around the perimeter. Unless otherwise noted on the Drawings, use pivot torsion bars for counterbalance or spring operators for easy operation along with automatic door hold open. Hardware shall be durable and corrosion resistant with Type 316 stainless steel hardware used throughout. Provide removable lock handle. Finish shall be the factory mill finish for aluminum doors and frames with bituminous coating on the exterior of the frames in contact with concrete. Hatches shall be watertight and have a 1-1/2-in drainage coupling to the channel frame. Access hatches shall be Type J aluminum or Type JD aluminum by Bilco Company,New Haven, CT or equal. 2.08 PIPE CONNECTIONS TO MANHOLE A. Manhole pipe connections may be accomplished in the following ways: 1. A tapered hole filled with non-shrink waterproof grout,Hallemite; Waterplug;Embeco or equal, after the pipe is inserted is acceptable,providing the grout is placed carefully to completely fill around the pipe. If this method is used,place concrete encasement to assure a total 12-in of concrete including manhole thickness around the pipe stub. 2. The "Lock Joint Flexible Manhole Sleeve" shall be cast in the precast manhole base. The stainless steel strap shall be protected from corrosion with a bituminous coat. 3. "A-Lok" shall be a rubber like gasket cast in the precast manhole base.The rubber gasket shall be cast into a formed opening in the manhole. 4. "KOR-N-SEAL"joint shall be installed as recommended by the manufacturer. The stainless steel clamp shall be protected from corrosion with a bituminous coat. 2.09 DAMPPROOFING A. Brushed dampproofing shall be an asphalt emulsion reinforced with fibers conforming to ASTM D1227, Type II, Class 1.The dampproofing shall be Hydrocide 700B by Sonneborn SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -6 ©2014 CDM Smith 6295-101578 lIF All Rights Reserved Bid Set Feb-14 Building Products, Division of ChemRex Inc.,Minneapolis, MN; Karnak 220 Asphalt Emulsion by Karnak Corporation, Clark,NJ or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Manhole and Structure Installation 1. Manhole and structure shall be constructed to the dimensions shown on the Drawings and as specified herein. All work shall be protected against flooding and flotation. 2. The bases of manholes shall be placed on a bed of 12-in screened gravel as shown on the Drawings.The bases shall be set at a grade to assure that a maximum of 8-in thickness of brickwork will bring the manhole frame and cover to final grade. Cast-in-place bases shall be constructed in accordance with the requirements of Division 3 and the details shown on the Drawings. 3. Precast concrete barrel sections and structures shall be set plumb and with sections in true alignment with a 1/4-in maximum tolerance to be allowed. The joints of precast barrel sections shall be sealed with either a rubber 0-ring set in a recess or the preformed flexible joint sealant used in sufficient quantity to fill 75 percent of the joint cavity. The outside and inside joint shall be filled with non-shrink mortar and finished flush with the adjoining surfaces. Allow joints to set for 24-hours before backfilling. Backfilling shall be done in a careful manner, bringing the fill up evenly on all sides. If any leaks appear in the manholes, the inside joints shall be caulked with lead wool to the satisfaction of the Engineer. Install the precast sections in a manner that will result in a watertight joint. 4. Holes in the concrete barrel sections required for handling or other purposes shall be plugged with a non-shrinking grout or non-shrinking grout in combination with concrete plugs and finished flush on the inside. 5. Where holes must be cut in the precast sections to accommodate pipes,cutting shall be done prior to setting manhole sections in place to prevent any subsequent jarring which may loosen the mortar joints. B. Manhole Pipe Connections 1. Manhole pipe connections shall be accomplished in the ways specified herein. Pipe stubs for future extensions shall also be connected and the stub end closed by a suitable watertight plug. C. Manhole Rung Installation 1. Aluminum manhole rungs shall be grouted into precast sections, on 12-in centers,by the manufacturer. Holes in riser and cone sections for rungs shall be preformed during casting. Holes for rungs shall be 1-1/8-in in diameter and shall be a minimum of 3-1/2-in deep. Rungs shall be grouted into the sections immediately after they are cast and placed in the curing area,or immediately after holes are cored into base sections.Holes shall be filled with grout consisting of Portland Type II cement and mortar sand in a 1-1/2 ratio mixed to SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -7 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 a putty consistency. Those parts of the rungs which are embedded shall receive a heavy coating of zinc chromate or other approved paint. 2. Steel reinforced polypropylene plastic manhole rungs shall be driven into tapered holes in the precast riser and cone sections during the manufacture of the sections. Holes for rungs shall be preformed during the casting of the sections and shall not be drilled out after casting. The preformed holes shall be a minimum of 3-1/2-in deep and shall taper from 1- 1/8-in to 1-3/8-in diameter. D. Brickwork 1. Mortar shall be mixed only in such quantity as may be required for immediate use and shall be used before the initial set has taken place. Mortar shall not be retained for more than 1-1/2 hours and shall be constantly worked over with hoe or shovel until used. Anti- freeze mixtures will not be allowed in the mortar.No masonry shall be laid when the outside temperature is below 40 degrees F unless provisions are made to protect the mortar, bricks and finished work from frost by heating and enclosing the work with tarpaulins or other suitable material.The Engineer's decision as to the adequacy of protection against freezing shall be final. 2. Channels and shelves shall be constructed of brick and concrete as shown on the Drawings. The brick lined channels shall correspond in shape with the lower half of the pipe. The top of the shelf shall be set at the elevation of the crown of the highest pipe and shall be sloped 1-in per foot to drain toward the flow through channel. Brick surfaces exposed to sewage flow shall be constructed with the nominal 2-in by 8-in face exposed(i.e.,bricks on edge). 3. Manhole covers and frames shall be set in a full mortar bed and bricks, a maximum of 8-in thick, shall be utilized to assure frame and cover are set to the existing grade. If full width paving is the permanent paving,the manhole frame and cover shall be reset to final grade prior to placement of permanent paving. E. Dampproofing 1. Outer surfaces of precast and cast-in-place manholes and structures shall dampproofed at the rate of 30 to 35 sq ft per gallon as directed by the Engineer and in accordance with manufacturer's instructions. 3.02 LEAKAGE TESTS A. Leakage tests shall be made and observed by the Engineer on each manhole.The test shall be the exfiltration test made as described below: B. After the manhole has been assembled in place,all lifting holes and those exterior joints within 6-ft of the ground surface shall be filled and pointed with an approved non-shrinking mortar. The test shall be made prior to placing the shelf and invert and before filling and pointing the horizontal joints below the 6-ft depth line. If the groundwater table has been allowed to rise above the bottom of the manhole, it shall be lowered for the duration of the test. All pipes and other openings into the manhole shall be suitably plugged and the plugs braced to prevent blow out. SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 - 8 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. The manhole shall then be filled with water to the top of the cone section. If the excavation has not been backfilled and observation indicates no visible leakage,that is,no water visibly moving down the surface of the manhole,the manhole may be considered to be satisfactorily water-tight. If the test, as described above is unsatisfactory as determined by the Engineer,or if the manhole excavation has been backfilled,the test shall be continued.A period of time may be permitted if the Contractor so wishes,to allow for absorption.At the end of this period,the manhole shall be refilled to the top of the cone,if necessary and the measuring time of at least 8 hours begun.At the end of the test period,the manhole shall be refilled to the top of the cone, measuring the volume of water added.This amount shall be extrapolated to a 24-hour rate and the leakage determined on the basis of depth. The leakage for each manhole shall not exceed 1 gallon per vertical foot for a 24-hour period. If the manhole fails this requirement,but the leakage does not exceed 3 gallons per vertical foot per day,repairs by approved methods may be made as directed by the Engineer to bring the leakage within the allowable rate of 1 gallon per foot per day. Leakage due to a defective section or joint or exceeding the 3 gallon per vertical foot per day shall be the cause for the rejection of the manhole. It shall be the Contractor's responsibility to uncover the manhole as necessary and to disassemble, reconstruct or replace it as directed by the Engineer.The manhole shall then be retested and, if satisfactory, interior joints shall be filled and pointed. D. No adjustment in the leakage allowance will be made for unknown causes such as leaking plugs,absorptions, etc.,i.e.,it will be assumed that all loss of water during the test is a result of leaks through the joints or through the concrete.Furthermore,take any steps necessary to assure the Engineer that the water table is below the bottom of the manhole throughout the test. E. If the groundwater table is above the highest joint in the manhole, and if there is no leakage into the manhole as determined by the Engineer, such a test can be used to evaluate the water- tightness of the manhole. However, if the Engineer is not satisfied, lower the water table and carry out the test as described hereinbefore. F. Leakage Tests for Structures 1. The Engineer will visually inspect structure(s)for possible leaks before backfilling of structures is allowed. All joints shall be sealed to the satisfaction of the Engineer. 2. The Engineer may require an exfiltration test as described for manholes on any structure for which he/she deems the test appropriate. 3.03 CLEANING A. All new manholes shall be thoroughly cleaned of all silt,debris and foreign matter of any kind, prior to final inspection. END OF SECTION SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 -9 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Precast Concrete Manholes and Structures Collier County 02605 - 10 hr ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 02900 SURFACE RESTORATION AND SODDING PART 1 -GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall furnish all labor,materials,equipment, and incidentals required to restore the grades, surfaces, and lawn areas on this project to their original condition. B. All damage, as a result of work under this Project, done to existing structures, pavement, driveways,paved areas, curbs and gutters, sidewalks, shrubbery,grass,trees, utility poles, utility pipe lines, conduits,drains, catch basins, swales,ditches, signs,flagstones,or stabilized areas or driveways and including all obstructions not specifically named herein, shall be repaired in a manner satisfactory to the ENGINEER. Bid prices shall include the furnishing of all labor, materials, equipment,and incidentals necessary for the cutting,repair, and restoration of the damaged areas unless pay items for specific types of repair are included in the Bid Form. C. All materials and workmanship shall be first class and nothing herein shall be construed as to relieve the CONTRACTOR from this responsibility. The OWNER reserves the right to require soil bearing or loading tests or materials tests, should the adequacy of the foundation or the quality of materials used be questionable. Costs of these tests shall be borne by the OWNER,if found acceptable;the costs of all failed tests shall be borne by the CONTRACTOR. D. All street and road repair shall be made in accordance with accepted industry practices and shall meet the approval of the OWNER. 1.02 RELATED WORK A. Refer to Section 01390 relative to photographs required prior to construction. PART 2-PRODUCTS 2.01 MATERIALS A. Materials required for this Section shall be the same quality of materials that are to be restored. PART 3 -EXECUTION 3.01 GENERAL RESTORATION A. All existing pavements,gravel roads, lawn areas,disturbed by this project shall be replaced, repaired,rebuilt, or restored by the CONTRACTOR using approved construction materials. B. All repaving or resurfacing shall be done in accordance with Florida Department of Transportation Specifications and Collier County Standards. SRO Wellfield MV Cable Replacement Surface Restoration and Sodding Collier County 02900- 1 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Grassed areas shall be restored to match the existing sections with sod of a type matching the existing grass. END OF SECTION SRO Wellfield MV Cable Replacement Surface Restoration and Sodding Collier County 02900-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16000 ELECTRICAL-GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials and equipment required and install complete and make operational, electrical and process instrumentation systems at the Collier County South RO Wellfield and South County Regional Water Treatment Plant(SCRWTP)located in Naples, Florida as shown on the Drawings and as specified herein. B. The work shall include furnishing, installing and testing the equipment and materials specified in other Sections of the Division 16 Specifications and shown on the Drawings. C. The work shall include furnishing and installing the following new 13.2 kV power distribution to the existing well sites No. 1, 2,3/9 and 4. Refer to Section 01010 for the summary of work. D. It is the intent of these Specifications that the electrical system shall be suitable in every way for the service required.All material and all work which may be reasonably implied as being incidental to the work of this Section shall be furnished at no extra cost. E. Coordinate the sequence of demolition with the sequence of construction to minimize well system down time.All power interruptions to electrical equipment shall be at the Owner's convenience with 72 hours(minimum)notice. Each interruption shall have prior approval. F. Each bidder or their authorized representatives shall,before preparing their proposal,visit all areas of the existing site, buildings and structures in which work under this Division is to be performed and inspect carefully the present installation. The submission of the proposal by this bidder shall be considered evidence that their representative has visited the site,buildings and structures and noted the locations and conditions under which the work will be performed and that he/she takes full responsibility for a complete knowledge of all factors governing his/her work. G. Provide all electrical demolition work associated with the removal of equipment from the existing facilities, including disconnecting and removing all electrical wiring and conduit to equipment being removed under other sections. The work shall include disconnecting and removing electrical disconnect switches, electrical wiring and conduit to equipment. Make equipment scheduled for removal free of electrical shock hazard. H. It is intended that material and equipment indicated to be removed and disposed of by the Contractor shall, upon removal,become the Contractor's property and shall be disposed of off the site by the Contractor,unless otherwise directed by the Owner.A receipt showing acceptable disposal of any legally regulated materials or equipment shall be given to the Owner. I. Field verify all existing underground electrical conduit, concrete duct banks, manhole,pull boxes,etc. and mechanical piping. The Contractor shall include in his bid all costs associated with relocation or removal of underground equipment as required for construction of the new facilities. SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 J. The Contractor shall prepare and furnish electrical and instrumentation conduit layout shop drawings for yard electrical,within and under all roads,buildings and structures to the Engineer for approval prior to commencing work. Layouts shall include but not be limited to equipment, pull boxes,manholes, conduit routing, dimensioning,methods and locations of supports, reinforcing, encasement,materials, conduit sizing, equipment access,potential conflicts, building and yard lighting,and all other pertinent technical specifications for all electrical and instrumentation conduits and equipment to be furnished.All layouts shall be drawn to scale on 24 x 36 sheets. Refer to the SUBMITTALS paragraph within this specification for additional requirements. K. The work shall include complete testing of all equipment and wiring at the completion of work and making any minor correction changes or adjustments necessary for the proper functioning of the system and equipment. All workmanship shall be of the highest quality; substandard work will be rejected. L. Contractor shall provide their own temporary power for miscellaneous power(drills, pumps, etc.).No facility circuits shall be used unless approved in writing by the Engineer.Any temporary added shall be removed at job completion. M. Complete coordination with other contractors. Contractor shall coordinate with all other contractors' equipment submittals and obtain all relevant submittals. N. Concrete electrical duct encasement,including but not limited to excavation,concrete,conduit, reinforcement,backfilling,grading and seeding is included in Division 16. All work shall be done in accordance with Divisions 2 and 3 of these specifications. O. Excavation,bedding material, forms, concrete and backfill for underground raceways; forms and concrete for electrical equipment furnished herein is included in Division 16.All work shall be done in accordance with Divisions 2 and 3 of these specifications. P. Provide manhole and handhole frames and covers. Q. Perform testing of the electrical equipment in accordance with the requirements of the individual specification sections and in accordance with Section 16950. R. Set the electrical protective devices in accordance with NETA standards and in accordance with the protective coordination study. S. Review the electrical underground system and the civil yard piping. Install the electrical underground system in a manner that avoids conflicts with manholes, catch basins,etc. provided under other Divisions of the specifications. T. Sequencing and Scheduling 1. Coordinate electrical equipment installation with other trades. 2. Arrange for chases, slots and openings in the building structures during the progress of construction to allow for the electrical installation. 3. Coordinate installing required supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed. SRO Wellfield MV Cable Replacement Electrical-General Provisions Collier County 16000-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 4. Sequence,coordinate and integrate the installation of electrical materials and equipment for efficient flow of the work. Coordinate the installation of large equipment requiring position prior to closing in the building. 5. Verify final locations for rough-ins with field measurements and with the requirements of the actual equipment to be connected. 1.02 RELATED WORK A. Excavation and backfilling, including gravel or sand bedding for underground electrical work is included in Division 2. B. Cast in place concrete work, including concrete encasements for electrical duct banks, equipment pads, light pole bases and reinforcing steel, is included in Division 3. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings for equipment,materials and other items furnished under Division 16. B. As a minimum all equipment specified in each Section of Division 16 shall be submitted at one time. As an example all lighting fixtures shall be submitted together,all motor control centers shall be submitted together,etc. Submittals that do not comply will be returned disapproved. C. Shop drawings shall be submitted for the following equipment and materials: 1. Raceways, Boxes,Fittings and Hangers 2. Wires and Cables 3. Miscellaneous Equipment(as specified in Section 16191) 4. Pad Mounted Transformers 5. Precast Manholes and Handholes,Frames and Covers 6. Grounding Hardware and Connections D. Submittals shall be required for the following items: 1. Superintendent Qualifications 2. Power System Study 3. Testing and Service Reports E. Installation working drawings shall be submitted for all conduit routing layouts. Contractor shall utilize the Contract AutoCad drawings for base files and show conduit routing using the layers described herein. Colors, line type and line widths shall be appropriate for plotting using AIA standards.Dashed lines shall indicate the conduit is concealed or buried. Solid lines shall indicate the conduit is exposed. The conduits and any major pulling points shall be drawn in model space.The associated text shall be drawn in paper space at a size not less than 0.1-inch. SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-3 © iF 2014 CDM Smith 6295-1015 All Rights Reserved Bid Set Feb-14 Provide associated type written conduit schedules for easy cross check. Schedules may be included on the drawings or in a separate spreadsheet/table. Layers shall be: 1. E-MVPWR-CDT: Medium voltage power(4160V or 13.2 kV) 2. E-POWR-CDT: 480-volt power 3. E-LITE-CDT: 120/208/240-volt power or lighting 4. E-CNTRL-CDT: 120-volt control,instrumentation,signal,communication or fiber 5. E-ANNO-TEXT: Annotation text 6. Layouts shall be shown at an appropriate scale for clarity. If the Contract drawings need to be re-scaled to adequately represent the conduit routing,the Contractor shall do so. Contractor may submit separate drawings for power, lighting and control for one area to avoid re-scaling of drawings. 7. Layouts shall include locations of process equipment,motor control centers,transformers, panelboards,control panels and equipment, motors, switches,motor starters, large junction or pull boxes,instruments and any other electrical devices connected to concealed or buried conduits. 8. Contractor layouts of conduit routing shall comply with installation specifications 16110 and 16600 for raceway and underground systems. 9. Submittal shall include a disc with the AutoCad drawings along with full size(36-inch by 24-inch)hardcopy prints on high quality paper. 10. Concrete floors and/or walls containing concealed conduits shall not be poured until conduit layouts are approved. F. The manufacturers name and product designation or catalog numbers shall be submitted for the following material utilized: 1. Testing Equipment 2. Ground System Resistance Test Equipment G. Operation and Maintenance Data 1. Submit operations and maintenance data for equipment furnished under this Division,in accordance with Section 01730. The manuals shall be prepared specifically for this installation and shall include catalog data sheets, drawings,equipment lists, descriptions, parts lists,etc,to instruct operating and maintenance personnel unfamiliar with such equipment. 2. Manuals shall include the following as a minimum: a. A comprehensive index. b. A complete "As Built" set of approved shop drawings. c. A complete list of the equipment supplied, including serial numbers,ranges and pertinent data. SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-4 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 IF d. A table listing of the "as left" settings for all timing relays and alarm and trip setpoints. e. System schematic drawings"As Built", illustrating all components,piping and electric connections of the systems supplied under this Section. f. Detailed service,maintenance and operation instructions for each item supplied. g. Special maintenance requirements particular to this system shall be clearly defined, along with special calibration and test procedures. h. The operating instructions shall also incorporate a functional description of the entire system,with references to the systems schematic drawings and instructions. i. Complete parts list with stock numbers, including spare parts. 3. Mark submittals to clearly identify proposed equipment including accessories, options, and features and to exclude parts not applicable to the project. When manufacturer's cut sheets apply to a product series rather than a specific product,the data specifically applicable to the project shall be highlighted or clearly indicated by other means. Each submittal piece of literature and each submittal drawing shall clearly reference the Project Specification and/or Contract Drawing that the submittal is to cover. General catalogs will not be accepted as cut sheets to fulfill submittal requirements. H. Check shop drawings for accuracy prior to submittal. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to this Section and the Drawings. This statement shall also list all exceptions to this Section and the Drawings. Mark submittals to identify proposed equipment including accessories, options and features being proposed for approval and exclude parts not to be used. Shop drawings not so checked and noted shall be returned marked NOT APPROVED. I. The Engineer's check shall be for conformance with the design concept of the project and compliance with this Section and the Drawings. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by this Section and the Drawings. J. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. K. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED-CONFIRM," "APPROVED AS NOTED- RESUBMIT" or "NOT APPROVED." L. Exceptions for Submittals 1. Exceptions to the Specifications or Drawings shall be clearly defined by the Contractor in a separate section of each submittal package. The submittal shall contain the reason for the exception,the exact nature of the exception and the proposed substitution so that a proper evaluation may be made by the Engineer. The acceptability of any device or methodology submitted as an "or equal" or"exception"to the Specifications shall be at the sole discretion of the Engineer. 2. Submittals for certain major items such as low voltage switchgear,generators and variable frequency drives(100 hp and up)shall include a complete copy of their specification section with each paragraph and sub-paragraph noted with the comment "compliance" , "deviation", or"alternate". SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-5 ©2014 CDM Smith 6295-101578 1 1 F All Rights Reserved Bid Set Feb-14 a. By noting the term "compliance", it shall be understood that the manufacturer is in full compliance with the item specified and will provide exactly the same with no deviations. b. By noting the term "deviation", it shall be understood that the manufacturer prefers to provide a different component in lieu of the one specified and in so doing,takes full responsibility for making the equipment work as specified and will provide any and all ancillary components to make the equipment work at no extra cost to the Owner. c. By noting the term "alternate", it shall be understood that the manufacturer proposes to provide the same operating function but prefers to do it in a different manner and in so doing,takes full responsibility for making the equipment work as specified and will provide any and all ancillary components to make the equipment work at no extra cost to the Owner.The alternate method shall be fully described with schematic diagrams and one-line diagrams as applicable. 1.04 REFERENCE STANDARDS A. Electric equipment,materials and installation shall comply with the National Electrical Code (NEC)and with the latest edition of the following codes and standards: 1. National Electrical Safety Code(NESC) 2. Occupational Safety and Health Administration(OSHA) 3. National Fire Protection Association(NFPA) 4. National Electrical Manufacturers Association(NEMA) 5. American National Standards Institute(ANSI) 6. Insulated Cable Engineers Association(ICEA) 7. International Society of Automation(ISA) 8. Underwriters Laboratories(UL) 9. Factory Mutual(FM) 10. International Electrical Testing Association(NETA) 11. State of Florida Building Code 12. Institute of Electrical and Electronics Engineers(IEEE) B. All electrical equipment and materials shall be listed by Underwriter's Laboratories, Inc., and shall bear the appropriate UL listing mark or classification marking. Equipment, materials, etc. utilized not bearing a UL certification shall be field or factory UL certified prior to equipment acceptance and use. C. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-6 IF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.05 PRIORITY OF THE CONTRACT DOCUMENTS A. If, during the performance of the work,the Contractor finds a conflict,error or discrepancy between or among one or more of the Sections or between or among one or more Sections and the Drawings,furnish the higher performance requirements. The higher performance requirement shall be considered the equipment,material,device or installation method which represents the most stringent option,the highest quality or the largest quantity. B. In all cases, figured dimensions shall govern over scaled dimensions,but work not dimensioned shall be as directed by the Engineer and work not particularly shown, identified, sized, or located shall be the same as similar work that is shown or specified. C. Detailed Drawings shall govern over general drawings,larger scale Drawings take precedence over smaller scale Drawings, Change Order Drawings shall govern over Contract Drawings and Contract Drawings shall govern over Shop Drawings. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard,or code of any technical society, organization or association,the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society,organization or association,or between Laws and Regulations,the higher performance requirement shall be binding on the Contractor,unless otherwise directed by the Engineer. E. In accordance with the intent of the Contract Documents,the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way,the Contractor's responsibility to comply with all Laws and Regulations at all times 1.06 ENCLOSURE TYPES A. Unless otherwise required,electrical enclosures shall be NEMA Types as follows: 1. NEMA 1 in dry, non-process indoor locations. (i.e.,administration areas, laboratories, control rooms,storage rooms, electric rooms). 2. NEMA 12 in"DUST" locations shown on the Drawings. (i.e. maintenance shops). 3. NEMA 4X in outdoor locations,rooms below grade including basements and buried vaults, "DAMP"and"WET" locations shown on the Drawings. 4. NEMA 4X in "CORROSIVE" locations shown on the Drawings. 1.07 CODES, INSPECTION AND FEES A. Equipment,materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-7 ©2014 CDM Smith 6295-101578 1 IF All Rights Reserved Bid Set Feb-14 1.08 POWER SYSTEM STUDIES A. Provide the power system studies in accordance with Section 16015. 1. Provide a short circuit,protective devices coordination and arc flash analysis to be used for setting the protective devices and for providing the appropriate safety arc flash labeling on all equipment,existing and new. 1.09 ELECTRICAL SYSTEM TESTING AND SETTINGS A. Test and provide settings for systems and equipment furnished under Division 16 in accordance with Section 16950 "Electrical Testing and Settings" and the individual equipment sections for additional specific testing requirements. If the testing results are not within acceptable limits repair or replace all defective work and equipment at no additional cost to the Owner. B. Make adjustments to the systems furnished under Division 16 in accordance with the equipment manufacturers requirements/recommendations and the system coordination study specified in Section 16015. 1.10 INTERPRETATION OF DRAWINGS A. In general the Drawings do not show detailed conduit routing other than major ductbanks in their approximate location. The Contractor shall be responsible for the planning and routing of all conduits in compliance with the specifications and Drawing details. B. Drawings noting equipment identification and associated circuitry is found on the following drawings: 1. One line power diagrams show power,grounding and control circuitry requirements associated with substations,switchgear, switchboards,motor control centers, distribution panels,transformers,and feeders to lighting panels. 2. Panelboard schedules show branch circuit conduit and wire requirements. 3. Riser diagrams show circuitry for instrumentation and control devices along with miscellaneous signal or communication wiring. C. Unless specifically stated to the contrary,the Drawings do not show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. D. Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings. E. Unless otherwise approved by the Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. F. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. G. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-8 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 H. Except where dimensions are shown,the locations of equipment, fixtures,outlets and similar devices shown on the Drawings are approximate only.Exact locations shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work,proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. 1. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials to install and place in satisfactory operation all power, lighting and other electrical systems shown. J. Redesign of electrical or mechanical work, which is required due to the Contractor's use of an alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense.Redesign and detailed plans shall be submitted to the Engineer for approval.No additional compensation will be provided for changes in the work,either his/her own or others, caused by such redesign. K. Surface mounted panel boxes,junction boxes, conduit,etc. shall be supported by 1/2-inch spacers to provide a clearance between wall and equipment. L. All floor mounted electrical equipment shall be placed on a 4-inch thick(3/4-inch,45 degree chamfer at all exposed edges)concrete pads,provide reinforcement,anchors,etc. M. The Contractor shall harmonize the work of the different trades so that interferences between conduits,piping,equipment,architectural and structural work will be avoided.All necessary offsets shall be furnished so as to take up a minimum space and all such offsets,fittings, etc., required to accomplish this shall be furnished and installed by the Contractor without additional expense to the Owner. In case interference develops,the Engineer is to decide which equipment,piping, etc.,must be relocated,regardless of which was installed first. N. It is the intent of these Specifications that the Electrical Systems shall be suitable in every way for the service required.All materials and all work that may be implied as being incidental to the work of this Section shall be furnished at no additional cost to the Owner. 1.11 SIZE OF EQUIPMENT A. Investigate each space in the structure through which electrical equipment furnished under Division 16 must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas,brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.12 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings." B. Record Drawings shall accurately show the installed condition of the following items: SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000-9 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1. One-line Diagrams. 2. Equipment elevations(front views). 3. Raceways and pull boxes. 4. Conductor sizes and conduit fills. 5. Underground raceway and duct bank routing. 6. Plan view, sizes and locations of switchgear,distribution transformers,substations, motor control centers and panelboards. 7. Grounding system. C. Submit the as built underground conduit routing in AutoCad format. 1.13 MATERIALS AND EQUIPMENT A. Materials and equipment furnished under this contract shall be new. B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed. C. Warrant all equipment furnished under Division 16 in accordance with Section 01740. Refer to individual equipment sections for additional warranty items. 1.14 EQUIPMENT AND DEVICE IDENTIFICATION A. Identify all electrical equipment furnished under Division 16 and all equipment control panels furnished under other Divisions with nameplates as described herein. Equipment includes switchgear, switchboards,motor control centers,panelboards,transformers,variable frequency drives,disconnect switches,separately mounted motor starters,transfer switches,control panels,control stations,named terminal cabinets,etc. The designation of the equipment shall correspond to the designation shown on the Drawings. 1. A minimum of two nameplates shall be required at electrical equipment. The first nameplate shall identify the equipment or the name of the equipment it serves. For example a panelboard identification nameplate would have the identification of"LP-1"while a local disconnect switch for a pump motor would have the identification of"EFFLUENT PUMP No. 4". The second nameplate shall identify the power source, i.e. "FED FROM MCC-2". B. Nameplates shall be engraved,laminated plastic,not less than 1/16-in thick by 3/4-in by 2-1/2- in with 3/16-in high black letters on a white background. C. Nameplates shall be screw mounted to NEMA 1 enclosures.Nameplates shall be bonded to all other enclosure types using an epoxy or similar permanent waterproof adhesive. Two sided foam adhesive tape is not acceptable. Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface. Cemented nameplates shall not be drilled. SRO Wellfield MV Cable Replacement Electrical-General Provisions Collier County 16000- 10 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 D. All voltages(e.g. 480 volts, 120 volts,etc.)within pull boxes,junction boxes etc. shall be identified on the front exterior cover. Signs shall be red background with white engraved lettering, lettering shall be a minimum of 1" high. E. All receptacles, wall switches, lighting fixtures, photo cells, emergency lights, exit lights, instruments,etc. shall be identified with the panel and circuit to which it is connected. For example a receptacle fed from circuit 4 from panel LP-2 would have the label "LP-2/4". Identification shall be with machine generated labels with `A"high letters. 1.15 QUALIFICATION A. The Contractor shall have regularly engaged in the installation of medium voltage systems for a minimum period of ten(10)years. When requested by the Engineer,an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Provide a field superintendent who has had a minimum of ten(10)years previous successful experience on medium voltage projects of comparable size and complexity. Superintendent shall be present at all times that work under this Division is being installed or affected. A resume of the Superintendent's experience shall be submitted to the Engineer before starting work. 1.16 PROFESSIONAL ENGINEERING SERVICES A. When engineering services are specified to be provided by the Contractor,the Contractor shall retain a licensed professional engineer to perform the services. The engineer shall be licensed at the time the work is done and licensed in the State in which the project is located. If the State issues discipline specific licenses,the engineer shall be licensed in the applicable discipline. In addition,the engineer shall be experienced in the type of work being provided. B. All engineering work shall be done according to the applicable regulations for professional engineers to include signing, sealing and dating documents. When submittals are required by a professional engineer, in addition to state required signing and sealing, a copy of the current wallet card or wall certificate indicating the date of expiration shall be included with the submittal. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls,partitions,etc. Locate all slots for electrical work and form before concrete is poured. B. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Engineer may allow the installations of such conduit to be exposed.Requests for this SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000- 11 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 deviation must be submitted in writing.No additional compensation for such change will be allowed. D. Seal all openings, sleeves,penetration and slots as specified in Division 1. 3.02 CUTTING AND PATCHING A. Cutting and patching shall be done in a thoroughly workmanlike manner and be in compliance with modifications and repair to concrete as specified in Section 01045. Saw cut concrete and masonry prior to breaking out sections. B. Core drill holes in concrete floors and walls as required. C. Install work at such time as to require the minimum amount of cutting and patching. D. Do not cut joists,beams, girders, columns or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching to be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line,they shall be filled with grout of suitable patching material. 3.03 INSTALLATION A. Work not installed according to the Drawings and Specification shall be subject to change as directed by the Engineer at Contractor's expense. B. Electrical equipment shall be protected against mechanical and water damage. Store all electrical equipment in dry permanent shelters. Do not install electrical equipment in place until structures are weather-tight. C. Damaged equipment shall be replaced or repaired by the equipment manufacturer, at the Engineer's discretion and at the Contractor's expense. D. Repaint any damage to factory applied paint finish using touch-up paint furnished by the equipment manufacturer. 3.04 MANUFACTURERS SERVICE A. Provide manufacturer's services for testing and start-up of the following equipment: 1. Pad Mounted Transformers 2 days, 2 trips minimum SRO Wellfield MV Cable Replacement Electrical -General Provisions Collier County 16000- 12 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 B. Manufacturer's service for the pre-purchase unit substations is provided under separate contract. J" Contractor shall coordinate service with installation schedule. C. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. D. Refer to associated specification Section for additional requirements. 3.05 TRAINING A. Manufacturer's service for training of plant personnel in operation and maintenance of the pre- purchase unit substations is provided under separate contract. Contractor shall coordinate training with installation schedule. 3.06 POWER SYSTEM STUDY A. Install arc flash warning labels at equipment identified in the final approved arc flash study. 3.07 CLEANING A. Remove all rubbish and debris from inside and around electrical equipment and enclosures. B. Remove dirt,dust or concrete spatter from the interior and exterior of equipment using brushes, vacuum clear or clean lint-free rags. Do not use compressed air. END OF SECTION SRO Wellfield MV Cable Replacement Electrical-General Provisions Collier County 16000- 13 ©2014 CDM Smith 6295-101181 F All Rights Reserved Bid Set Feb-14 THIS PAGE LEFT INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Electrical-General Provisions Collier County 16000- 14 ©2014 CDM Smith 6295-101578 1 F All Rights Reserved Bid Set Feb-14 SECTION 16015 POWER SYSTEM STUDY PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide a power system study of the electrical distribution system as specified herein and as shown on the Drawings. B. Obtain and pay for the services of the major electrical equipment manufacturer, subject to the approval of the Engineer. C. The study will encompass portions of the power distribution system of the Collier County South County Regional Water Treatment Plant(SCRWTP). The facility is located in Naples, Florida. D. The study shall include representation of the power company's systems,the base quantities selected, impedance source-data,calculation methods and tabulations, one-line and impedance diagrams, conclusions and recommendations. E. The study shall be performed using a nationally recognized computer software program such as available from SKM Systems Analysis, ETAP,or approved equal. F. The study shall encompass the distribution from the 4160V main switchgear feeder breakers for the wellfield down to the local 120V RIO panels at the wells. Confirm coordination between the 4160V feeder breakers and the associated upstream main 4160V breakers. G. Include the local electric utility company's protective devices,the emergency generators,the main switchgear,and the distribution to the wellfield. The local electric utility is Florida Power and Light(FPL). H. The resulting study shall be composed of three major technical parts. The first part is the short circuit study. The results of the short circuit study shall determine if the new and existing electrical equipment and components are applied within their nameplate ratings. The second part is the protective device coordination study which will be used to balance the goals of selectivity and protection. The third and final part of the power system study is the arc flash study. This shall be used to identify the hazard present at electrical equipment and generate warning labels advising personnel of the hazards and required personnel protective equipment (PPE). I. The Contractor shall be responsible for obtaining all data necessary to perform the study. This includes feeder cable sizes,approximate feeder lengths,motor data, switchgear data, existing protective relay settings and any other information relevant to the study. J. The existing facility one line diagrams provided may not be up-to-date. The Contractor shall provide/update the existing information as required to perform the power system study. SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 K. The Supplier shall be responsible to contact the local electric utility to obtain the available fault current,utility protective device settings including manufacturer and model number, interrupting ratings,X/R ratios, and any additional power company information required. L. Energization of new equipment shall be prohibited until the power system study is approved by the Engineer. M. The term Supplier as used in this document shall be the person, firm or corporation identified as such in the by the Contractor to provide the power system study and means the Supplier or his authorized agent. 1.02 RELATED WORK A. Pre-Purchase unit substations are specified in Section 16410. B. Pad mounted transformers are specified in Section 16431. C. Electrical systems testings and settings is specified in Section 16950. 1.03 SUBMITTALS A. Submit to the Engineer in accordance with Section 01300, for review and approval the following: 1. Power system study. B. The Engineer's approval shall be for conformance with the specifications and contract documents. 1.04 REFERENCE STANDARDS A. The study shall be conducted in accordance with the latest edition of the following codes and standards of the following organizations: 1. American National Standards Institute(ANSI) 2. Institute of Electrical and Electronic Engineers (IEEE) 3. National Fire Protection Association(NFPA) B. Specific codes and standards that may apply to this study include the following: 1. ANSI C37.010—Standard Application Guide for AC High-Voltage Circuit Breakers 2. ASNI C37.5—Calculation of Fault Currents for Application of Power Circuit Breakers Rated on a Total Current Basis SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -2 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 I I F 3. ANSI C37.13—Low Voltage AC Power Circuit Breakers 4. ANSI C57.13—Requirements for Terminology and Test Code Instrument Transformers 5. ANSI C57.109—Guide for Transformer Through-Fault-Current Duration 6. IEEE Standard 141 —Recommended Practice for Electrical Power Distribution for Industrial Plants(Red Book) 7. IEEE Standard 242—Recommended Practice for Protection and Coordination of Industrial and Commercial Systems(Buff Book) 8. IEEE Standard 399—Recommended Practice for Industrial and Commercial Power Systems Analysis (Brown Book) 9. IEEE Standard 551 —Recommended Practice for Calculating Short Circuit Currents in Industrial and Commercial Power Systems(Violet Book) 10. IEEE Standard 902—Guide for Maintenance, Operation, and Safety of Industrial and Commercial Power Systems(Yellow Book) 11. IEEE Standard 1015—Recommended Practice for Applying Low-Voltage Circuit Breakers Used in Industrial and Commercial Power Systems(Blue Book) 12. IEEE Standard 1584—Guide for Arc-Flash Hazard Calculations 13. NFPA 70—National Electrical Code(NEC) 14. NFPA 70E—Standard for Electrical Safety in the Workplace C. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 QUALIFICATION A. The Supplier shall have regularly engaged in this electrical engineering study specialty for a minimum period of five(5)years. B. The Supplier shall have performed a minimum of five(5) similar studies of equal or greater size and service on water or wastewater plants within the last five(5)years. C. The Supplier shall be a professional engineer or have a professional engineer on staff, registered in the state in which the project is located. 1.06 POWER SYSTEM STUDY A. General: SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -3 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 IF 1. The study shall be bound in a standard 8-1/2" x 11" size report and shall be organized in the following order: a. Executive Summary b. Short Circuit Analysis c. Short Circuit Computer Printout d. Protective Device Coordination e. Arc Flash Hazard Analysis f. Utility Data g. One Line Diagrams 2. The power system study shall be stamped and signed by a professional engineer registered in the state in which the project is located. B. Executive Summary: 1. The executive summary shall include a summary of the distribution system,the information received from the utility company,major assumptions made to complete the study,statement of the adequacy of the distribution equipment to safely clear or close on any fault,and identification of any problem areas with recommendations for resolving the problem. C. Short Circuit Analysis: 1. The short circuit study shall be in accordance with ANSI Standard C37.010 and C37.13, shall be performed to check the adequacy, and to verify the correct application of circuit protective devices and other system components. 2. The study shall address the case when the system is being powered from the normal source as well as from the on-site generating facilities. Where portable generator hook- up is available, study shall disregard this case. 3. Minimum as well as maximum possible fault conditions shall be adequately covered in the study. Three-phase bolted as well as ground fault conditions shall be addressed. 4. Fault contribution of all motors shall be considered. 5. Short circuit momentary duties shall be calculated on the basis of an assumed bolted three-phase short circuit at each medium voltage bus, low voltage switchboard bus, switchboards,motor control centers, distribution panelboards,pertinent branch circuit panelboards,and other significant locations through the systems. The short-circuit tabulations shall include significant X to R ratios, asymmetry factors, KVA, and symmetrical fault current. 6. Current transformers' ratio and burden calculations shall be based on a 10 percent maximum ratio error per ANSI C57.13. Identify current transformers that will not allow the protective devices to operate within acceptable ANSI error margins and recommend corrective action. SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -4 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 7. Provide a tabulation of equipment, short circuit ratings, calculated maximum available short circuit current to provide for quick review of adequacy of equipment. D. Short Circuit Computer Printout 1. All back-up calculations shall become part of the final report. Calculations shall be in sufficient detail to allow easy review. E. Protective Device Coordination 1. The protective device coordination study shall present an engineering balance between the competing objectives of protection and continuity of service for the system specified, taking into account the basic factors of sensitivity, selectivity and speed. 2. Graphic indication of coordination shall be furnished in the form of full color, clearly labeled and identified composite drawings showing time-current curves of system protective devices. Separate time-current curves shall be made for phase over-current and ground fault. 3. No more than six devices shall be shown on one coordination plot. Of these six curves, two(the largest upstream device and the smallest downstream device) shall repeat curves shown on other coordination plots in order to provide cross-reference. Give each curve in the study a study-unique number or letter identifier to permit cross-reference between plots. 4. The time-current coordination plots shall include the following as required: a. Complete titles b. Representative one-line diagrams with appropriate identifiers on one-line and curve c. Significant motor starting characteristics d. Appropriate NEC protection points e. Appropriate ANSI protection points f. Magnetizing inrush points of transformers g. Transformer damage curves h. Complete operating bands for low-voltage circuit breaker trip devices and fuses i. Relay coil taps,time-dial settings and pickup settings j. Significant symmetrical and asymmetrical fault currents k. Power cable withstand curves 1. Generator short circuit decrement and thermal limit curves 5. Terminate device characteristic curve at a point reflecting the maximum symmetrical or asymmetrical fault current to which the device is exposed based on the short circuit fault analysis study. 6. Each primary protective device required for a delta-to-wye connected transformer shall be selected so that the characteristic or operating band is within the transformer parameters;which,where feasible, shall include a parameter equivalent to 58 percent of SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -5 _ 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 the ANSI withstand point to afford protection for secondary line-to-ground faults. 7. Low-voltage power circuit breakers shall be separated from each other and the associated primary protective device,where feasible, by a 16 percent current margin for coordination and protection in the event of secondary line-to-line faults. 8. Protective relays shall be separated, where feasible,by a 0.3 second time margin when the maximum three-phase fault flows,to assure proper selectivity. 9. A complete independent set of current-time characteristic curves for all medium voltage motor drives indicating coordination between the protective relays and the thermal characteristics of the motor shall be provided. 10. Separate plots shall be provided for each mode of"normal" and "stand-by" operation. Maximum fault values shall be shown in each case. Both power sources shown in one plot will not be accepted. 11. Required settings for breakers and relays shall be maximized to provide the most effective protection possible whether the system is fed from the normal or emergency source. 12. The study shall address all of the system protective devices, including devices that are not associated with over-current time curves. Such devices may include: differential, under-voltage, over-voltage, directional,reverse power, frequency,phase sequence, or loss of excitation. 13. Tabulations indicating recommended set points for all protective devices shall be provided. This shall include the normal as well as the emergency source. F. Arc Flash Hazard Analysis 1. The study shall utilize the fault current values calculated in the short circuit study and the clearing time of the upstream protective device in the coordination study to calculate the incident energy at each fault location. 2. Study shall be in accordance with IEEE Standard 1584 and NFPA 70E. 3. Study shall calculate the incident energy and flash protection boundary at all significant locations in the electrical distribution system(switchgear, switchboards,motor control centers, panelboards)where work could be performed on energized parts. Include all 480-volt disconnect switches, 480-volt control panels and the 120-volt RIO(remote I/O) panels at the well sites. 4. Incident energy calculations shall include maximum and minimum fault contribution scenarios, since protective device clearing times can vary greatly depending upon the fault current. 5. Tabulations shall be provided showing each fault location,the arcing fault magnitude, SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -6 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 IF protective device clearing time, duration of the arc, arc flash boundary, working distance, incident energy and hazard risk category. 6. The County goal is to obtain a Hazard Risk Category(HRC)category of level 2 and lower where possible. 7. Include sample of a warning label to be provided. G. Utility Data 1. The Supplier shall be responsible for obtaining and verifying with the Power Company in writing all information needed to conduct this study. Provide this correspondence and information including contacts and phone numbers with the study submittal. H. One Line Diagrams 1. The Supplier shall be responsible for generating a system one line diagram that represents the data inputted into the computer program used. This diagram shall identify all components considered in the study, and the ratings of all power devices. This includes,but is not limited to:transformers, circuit breakers,relays, fuses,busses and cables. 2. Identifiers between the one line diagram,the computer short circuit study and time- current curves shall be the same. 3. One line diagrams shall be printed at a reasonable size for easy review of text contained on the drawings. Use a print pocket to contain drawings larger than 11 x 17. PART 2 PRODUCTS A. Arc Flash Warning Labels: 1. Provide a machine printed 3.5-inch x 5-inch thermal transfer type label of high adhesion polyester for each location identified in the arc flash study. 2. Labels shall include the following machine printed information(hand lettering is not acceptable): equipment name,flash hazard boundary, incident energy,boundaries for shock hazard, limited approach,restricted approach and prohibited approach,PPE (personal protective equipment)category and date. 3. One label shall be required at each applicable section of switchgear, switchboard, or motor control center; and each 480-volt disconnect switch,480-volt control panel or panelboard, and each 120-volt RIO. Labels at well sites with manual transfer switches (MTS)for portable generators shall include the disclaimer on equipment downstream of the MTS,that label is only for connection to the plant power source and not a portable generator. PART 3 EXECUTION SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -7 ©2014 CDM Smith 6295-10 8 1F All Rights Reserved Bid Set Feb-14 3.01 POWER SYSTEM STUDY A. Provide a complete system power system study as specified herein. B. Prior to energization of new equipment,adjust relay and protective device settings(both new and existing)according the approved coordination tabulations provided in the final approved power system study. C. Provide and install arc flash warning labels for equipment identified in accordance with the arc flash tabulations provided in the final approved power system study. END OF SECTION SRO Wellfield MV Cable Replacement Power System Study Collier County 16015 -8 2014 CDM Smith 6295-10151 iF All Rights Reserved Bid Set Feb-14 SECTION 16110 RACEWAYS,BOXES, FITTINGS AND SUPPORTS PART I GENERAL 1.01 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Refer to Section 16000 for conduit layout submittals. B. Refer to Section 16600 for additional requirements for underground systems. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300,the manufacturers'names and product designation or catalog numbers with marked cut sheets of all materials specified. Indicate in the submittal,the areas where specific materials are used. B. Submit conduit routing layouts in accordance with Section 16000. PART 2 PRODUCTS 2.01 RACEWAYS AND FITTINGS A. Aluminum Conduit and Fittings 1. Rigid Aluminum conduit,couplings, factory elbows and fittings shall be 6063 alloy and shall comply with ANSI C80.5. 2. Acceptable manufacturers: a. American Conduit by SAPA b. AFC Co. c. Wheatland Tube. d. Or Equal. B. Non Metallic Conduit and Fittings 1. PVC conduit shall be rigid polyvinyl chloride schedule 40 or 80 as indicated in the execution paragraph. Rigid PVC conduit shall comply with NEMA TC-2 and UL/651 and shall be sunlight resistant,rated for use with 90 degree C conductors in exposed and direct or concrete encased applications. 2. Connectors, couplings, fittings and ancillary materials shall be supplied by the conduit manufacturer. Connectors,fittings and ancillary materials shall be rated for the environment for which they are installed. SRO Wellfield MV Cable Replacement Raceways, Boxes,Fittings and Supports Collier County 16110- 1 ©2014 CDM Smith 6295-101578 Is IF All Rights Reserved Bid Set Feb-14 3. Acceptable manufacturers: a. Carlon Corp. b. Certained Corp. c. Conux Pipe Systems, Inc. d. Or equal. C. Liquid-tight Flexible Metal Conduit,Couplings and Fittings 1. Liquid-tight flexible metal conduit shall be square locked,galvanized steel flexible conduit with a moisture proof,flame resistant,polyvinyl chloride jacket, for use with rigid metal conduit systems. Sealtite,Type UA, manufactured by the Anaconda Metal Hose Div.; Anaconda American Brass Co.;American Flexible Conduit Co., Inc.; Universal Metal Hose Co. or equal. 2. Liquid-tight conduit fittings shall be hot-dipped mechanically galvanized,positive grounding,screw in type. Provide external bonding lugs on sizes 1-1/4-in and larger. Box connectors shall have insulated throats as manufactured by the Thomas& Betts Co.; Crouse-Hinds Co. or equal. 3. Acceptable Manufacturers: a. American Flexible Conduit Co. b. Anaconda Metal Hose/ANAMET Inc. c. Electri-flex Co. d. Thomas& Betts e. O-Z Gedney f. Or equal 2.02 BOXES AND FITTINGS A. Dry and Damp Location Boxes and Fittings 1. Outlet boxes shall be zinc-galvanized, extra depth,pressed steel with knockouts and of size and type suitable for the intended application. 2. Boxes that are less than 100 cubic inches in size used for junction or pull boxes shall be zinc galvanized pressed steel not less than 14 USS gauge with appropriate blank covers, minimum size 4-11/16-in square by 2-1/8-in deep. 3. Boxes that are 100 cubic inches and larger shall be constructed of hot-i3-dipped galvanized sheet steel without knockouts. Covers shall be secured with round head brass machine screws. All joints shall be welded and ground smooth. 4. Acceptable Manufacturers: a. Appleton b. Raco c. Steel City d. Hoffman e. Electromate Division of Robroy Ind. f. Wiegmann B. Wet Location Boxes and Fittings SRO Wellfield MV Cable Replacement Raceways,Boxes,Fittings and Supports Collier County 16110-2 _ 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1. NEMA 4X terminal boxes,junction boxes,pull boxes,etc,shall be sheet Type 316 stainless steel unless otherwise shown on the Drawings.Boxes shall have continuously welded seams and mounting feet. Welds shall be ground smooth.Boxes shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal. Covers shall be gasketed and fastened with stainless steel clamps. Terminal boxes shall be furnished with hinged doors,terminal mounting straps and brackets.Terminal blocks shall be NEMA type,not less than 20 Amps, 600 Volt. 2. Cast aluminum device boxes shall be Type FD. Boxes and fittings shall be copper free aluminum with cast aluminum covers and stainless steel screws 3. Acceptable Manufacturers: a. Appleton b. Crouse-Hinds c. Steel City d. Hoffman e. Electromate-Division of Robroy Ind. f. Or equal C. Miscellaneous Fittings 1. Flexible couplings shall be type ECGJH as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; Killark Electric Manufacturing Co. or equal. 2. Conduit hubs shall be as manufactured by Myers Electric Products, Inc. or equal. 3. Conduit wall seals for new concrete walls below grade shall be O.Z./Gedney Co., Type WSK; Spring City Electrical Manufacturing Co.,Type WDP or equal. 4. Conduit wall seals for cored holes shall be Type CSMC as manufactured by the O.Z./Gedney Co. or equal. 5. Conduit wall and floor seals for sleeved openings shall be Type CSMI as manufactured by the O.Z./Gedney Co. or equal. 6. Combination expansion-deflection fittings embedded in concrete shall be Type XD as manufactured by the Crouse-Hinds Co.; Type DX as manufactured by O.Z./Gedney Co.; Type DF as manufactured by Appleton Electric Co. or equal. 7. Combination expansion-deflection fittings installed exposed shall be Type XD as manufactured by Crouse-Hinds Co.; Type DX as manufactured by O.Z. Gedney Co.; Type DF as manufactured by Appleton Electric Co. or equal. 8. Conduit sealing bushings shall be O.Z./Gedney,Type CSB or equal. 9. Grounding bushings shall be malleable iron with integral insulated throat rated for 150 degrees C,with solderless lugs as manufactured by Crouse Hinds/Cooper, Series HGLL; Appleton, Series GIB; O.Z./Gedney, Type HBLG or equal. 10. Cast aluminum fittings (C's, T's,LB's,etc.)shall be mogul type(with rollers)for sizes 2- 1/2-in and larger. SRO Wellfield MV Cable Replacement Raceways, Boxes,Fittings and Supports Collier County 16110-3 ©2014 CDM Smith 6295-101578 hF All Rights Reserved Bid Set Feb-14 2.03 HARDWARE A. Conduit Mounting Equipment 1. In dry indoor areas,hangers, rods,backplates, beam clamps, channel,etc. shall be hot- dipped galvanized steel. 2. 316 Stainless steel channel with stainless steel hardware(hangers,rods,backplates,beam clamps, fasteners, anchors, nuts,washers, etc.)shall be used in process areas, as shown on the drawings, in areas designated "WET","DAMP"or"CORROSIVE" on the Drawings and in outdoor locations.All channel and hardware shall be resistant to the chemicals present in the area in which it is used. 3. Furnish any and all necessary supports,brackets,conduit sleeves,racks and bracing as required. 4. Expansion anchors(minimum 3/8"diameter)shall be equal to Kwik-Bolt as manufactured by the McCullock Industries,Minneapolis,MI; Wej-it by Wej-it Expansion Products, Inc., Bloomfield, CO; or equal. The length of the expansion bolt shall be sufficient to place the wedge portion of the bolt a minimum of 1-in behind the steel reinforcement.Apply anti- seize compound to all nuts and bolts. Supports installed without the approved compound shall be dismantled and correctly installed, at no cost to the Owner. B. Wall and Floor Slab Fire Seals 1. Fire sealing products shall be non-toxic,water-resistant, UL listed and FM approved. C. Cold Galvanizing Compound 1. Cold galvanizing compound shall be a 95%zinc rich paint as manufactured by ZRC Products Company, a Division of Norfolk Corp. or equal. PART 3 EXECUTION 3.01 RACEWAY APPLICATIONS A. Refer to Table 16110-1 for specific raceway application requirements. B. All conduit of a given type shall be the product of one manufacturer. C. Refer to Section 16600 for underground applications. 3.02 BOX APPLICATIONS A. Unless otherwise specified herein or shown on the Drawings, all boxes shall be metal. B. Exposed switch,receptacle and lighting outlet boxes and condulet fittings shall be cast or malleable iron. C. Concealed switch,receptacle and lighting outlet boxes shall be pressed steel. SRO Wellfield MV Cable Replacement Raceways, Boxes,Fittings and Supports Collier County 16110-4 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 IF D. Terminal boxes,junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed, as specified in Section 16000. 3.03 FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be used where exposed conduits cross structure expansion joints or in straight runs where expansion is anticipated. Combination expansion- deflection fittings shall be installed where embedded conduits cross structural expansion joints. Refer to Structural Drawings for expansion joint locations. Provide bonding jumpers around fittings. B. All underground conduit penetrations at walls or other structures shall be sealed watertight. Conduit wall seals and sleeves shall be used in accordance with the manufacturer's installation instructions and the details shown on the Drawings. C. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. D. Insulated throat grounding bushings shall be used where specified herein, in Section 16660 and where conduits stub up into electrical equipment such as MCC's, switchgear,etc. 3.04 INSTALLATION A. No conduit smaller than 3/4 inch electrical trade size shall be used,nor shall any have more than the equivalent of three 90 degree bends in any one run. Pull boxes shall be provided as required or directed. B. No wire shall be pulled until the conduit system is complete in all details; in the case of concealed work, until all rough plastering or masonry has been completed; in the case of exposed work, until the conduit system has been completed in every detail. C. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. D. Conduit supports,other than for underground raceways, shall be spaced at intervals of 8 ft or less,as required to obtain rigid construction. E. Single conduits shall be supported by means of aluminum one hole pipe clamps in combination with aluminum one screw back plates,to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with steel horizontal members and threaded hanger rods. The rods shall be not less than 3/8-in diameter. Surface mounted panel boxes, junction boxes, conduit, etc., shall be supported by spacers to provide a minimum of Y2-in clearance between wall and equipment. F. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete expansion anchors shall be provided. G. All conduits on exposed work,within partitions and above suspended ceilings, shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling.No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric.All conduit shall be run perfectly straight and true. SRO Wellfield MV Cable Replacement Raceways, Boxes, Fittings and Supports Collier County 16110-5 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 H. Conduit terminating in pressed steel boxes shall have double locknuts(aluminum)and insulated , grounding bushings. I. Conduit terminating in gasketed enclosures shall be terminated with grounding type conduit hubs. J. Conduits containing equipment grounding conductors and terminating in sheet steel boxes shall have insulated throat grounding bushings with lay-in type lugs. K. Conduits shall be installed using threaded fittings unless otherwise specified herein. L. Liquidtight flexible metal conduit shall be used for all motor terminations,the primary and secondary of transformers,generator terminations and other equipment where vibration is present. M. Aluminum fittings and boxes shall be used with aluminum conduit.Aluminum conduit shall not be imbedded in concrete containing chlorides, unwashed beach sand, sea water, or coral bearing aggregates.Aluminum conduit shall be isolated from other metals with heat shrink tubing (Raychem or equal) or plastic coated hangers. Strap wrenches shall be used for tightening aluminum conduit. Pipe wrenches, channel locks,chain wrenches,pliers,etc. shall not be used. N. All threads on aluminum conduit and fittings shall be cleaned and coated with"No-Oxide" compound before installing. O. Aluminum conduit installed in concrete or below grade shall be completely covered with two (2)coats of bitumastic paint or with heat shrink tubing(Raychem or equal). P. Where conduits pass through openings in walls or floor slabs,the remaining openings shall be sealed against the passage of flame and smoke. Q. PVC conduit to non metallic and metallic box connections shall be made with sealing rings, with a stainless steel retainer as manufactured by Thomas&Betts Co. R. Conduit ends exposed to the weather shall be sealed with conduit sealing bushings. S. Expansion fittings shall be used on exposed runs of PVC conduit where required for thermal expansion. Installation and number of fittings shall be as provided per the NEC and approved by the PVC conduit manufacturer. T. All conduit entering or leaving a motor control center, switchboard or other multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer designated area,directly below the vertical section in which the conductors are to be terminated. U. Spare conduits and conduit stubouts for future construction shall be provided with threaded PVC end caps at each end. V. Aluminum conduit entering manholes and below grade pull boxes shall be terminated with grounding type bushings and connected to a 3/4" x 10'rod with a#6 bare copper wire. SRO Wellfield MV Cable Replacement Raceways, Boxes,Fittings and Supports Collier County 16110 -6 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 W. All conduits shall have a 4-inch concrete housekeeping pad at all slab and grade penetrations. IF The housekeeping pad shall have 45 degree,3/4-inch chamfer at all exposed edges. X. All risers from underground, concrete pads,floors,etc. shall be provided with heat shrink tubing (Raychem Co. or equal)from a point 1 foot 0 inch below bottom of slab or grade to a point not less than 6 inches above grade or surface of slab. Y. Existing conduits are to be reused only where specifically noted on the drawings.Mandrels shall be pulled through all existing conduits which will be reused and through all new conduits 2-in in diameter and larger prior to installing conductors. Z. 3/16 in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. AA. Where no size is indicated for junction boxes,pull boxes or terminal cabinets,they shall be sized in accordance with the requirements of NEC Article 314. BB. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. CC. The use of running threads is prohibited. Where such threads are necessary, a 3 piece cast aluminum union shall be used. DD. Conduits passing from heated to unheated spaces,exterior spaces,refrigerated spaces, cold air plenums, etc, shall be sealed with"Duxseal" as manufactured by Manville or seal fitting to prevent the accumulation of condensation. "Duxseal"shall be provided at conduit entry points at all above ground outdoor enclosures. EE. All field cut ends of hot dipped galvanized mounting channel shall be cleaned and painted with cold galvanizing compound before installation. FF. All underground control and instrumentation conduits shall be separated from power conduits by a minimum of 12 inches unless specifically noted otherwise. Crossing of control and instrumentation conduits with power conduits shall be kept to a minimum and where they must cross they shall cross at 90 degree angles. GG. Conduit terminating in NEMA 3R,4, and 4X enclosures shall be terminated with Myers type conduit hubs. HH. Conduit monuments and warning tape for underground conduits shall be installed as specified in Section 16600. SRO Wellfield MV Cable Replacement Raceways, Boxes,Fittings and Supports Collier County 16110-7 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 TABLE 16110-1 RACEWAY APPLICATION GUIDELINES Raceway Type Location/Application Rigid Aluminum Conduit(RAC) Used for all indoor and outdoor applications,except where other types are listed. All exposed, non-corrosive areas All concealed, non-corrosive areas Underground and through slabs shall be bitumastic coated. PVC Schedule 40 Concrete encased duct banks Embedded in concrete slabs or structures Elbows underground shall be RAC PVC Schedule 80 Direct buried Protection of grounding electrode conductors END OF SECTION SRO Wellfield MV Cable Replacement Raceways, Boxes,Fittings and Supports Collier County 16110- 8 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 11: SECTION 16120 600V WIRES AND CABLES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire,cable and appurtenances as shown on the Drawings and as specified herein. 1.02 SUBMITTALS A. Submit, in accordance with Section 01300, samples of proposed wire. Each sample shall have the size,type of insulation and voltage stenciled on the jacket. B. Approved samples will be sent to the project location for comparison by the Resident Engineer with the wire actually installed. C. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. 1.03 DELIVERY, STORAGE AND HANDLING A. Carefully handle all conductors to avoid kinks and damage to insulation. PART 2 PRODUCTS 2.01 GENERAL A. Wires and cables shall be of annealed,98 percent conductivity, soft drawn copper. B. All conductors shall be stranded, except that lighting and receptacle wiring may be solid. C. Except for control,signal and instrumentation circuits,wire smaller than No. 12 AWG shall not be used. D. Wire shall have 600 Volt insulation except where indicated otherwise. E. All wire of a given type shall be the product of a single manufacturer. 2.02 POWER WIRE A. Wire for lighting,receptacles and other circuits not exceeding 150 Volts to ground shall be NEC type XHHW-2 as manufactured by General Cable.; American Insulated Wire Corp.; Southwire Co.;or equal. B. Wire for circuits over 150 Volts to ground shall be NEC type XHHW-2 as manufactured by General Cable.; American Insulated Wire Corp.; Southwire Co.; or equal. C. Bare copper ground wire shall be stranded,tinned soft or annealed copper electrical wire ASTM B33. SRO Wellfield MV Cable Replacement 600V Wires and Cables Collier County 16120- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 D. Equipment grounding conductors shall be the same NEC type as the phase conductor, green and sized in accordance with NEC Table 250.122. Ground grid conductors shall be insulated unless shown otherwise on the Drawings. 2.03 TERMINATIONS AND SPLICES(POWER CONDUCTORS) A. Unless otherwise indicated on the Drawings, splices shall not be made in the cables without prior written approval of the Engineer. Where splicing is approved by the Engineer, splicing materials for all 600 Volt splices shall be made with long barrel,tin plated copper compression (hydraulically pressed)connectors and insulated with heavy wall heat shrinkable tubing. The conductivity of all completed connections shall be not less than that of the uncut conductor.The insulation resistance of all completed connections of insulated conductors shall be not less than that of the uncut conductor. B. Wire lugs shall be tin plated copper, long barrel compression type(hydraulically pressed)for wire sizes No. 8 AWG and larger. Lugs for No. 10 AWG and smaller wire shall be locking spade type with insulated sleeve. Lugs shall be as manufactured by the Thomas and Betts Co.; Burndy; Amp; or equal. C. Compression type connectors shall be insulated with a heat shrink boot or outer covering and epoxy filling. Splice kits shall be as manufactured by Raychem (Tyco); Ideal Industries; 3M Co. or equal. D. Solderless pressure connectors shall be self-contained,waterproof and corrosion-proof units incorporating prefilled silicone grease to block out moisture and air. Connectors shall be sized according to manufacturer's recommendations.The connectors shall be UL listed and CSA approved,as manufactured by King Innovation; Ideal Industries, Inc., or equal. 2.04 WIRE AND CABLE MARKERS A. Wire and cable markers shall be type-written heat shrinkable type as manufactured by the W.H. Brady Co.; Thomas&Betts Co., SMS; 3M Co., STD-TAG; or equal. B. Wire and cables with diameters exceeding the capacity of the heat shrinkable markers shall be marked with pre-printed, self-adhesive vinyl tapes as manufactured by the W.H. Brady Co.; Panduit Corp.; 3M Co.; or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Uniquely identify all wires, cables and each conductor of multi-conductor cables(except lighting and receptacle wiring)at each end and in all manholes,hand holes and pull boxes with wire and cable markers. B. Use lubrications to facilitate wire pulling. Pulling compound shall be nontoxic,nonflammable, noncombustible and noncorrosive. The material shall be UL approved for use with the insulation and jacket specified. C. All wire and cable shall be continuous and without splices between points of connection to equipment terminals,except a splice will be permitted by the Engineer if the length required SRO Wellfield MV Cable Replacement 600V Wires and Cables Collier County 16120-2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 between the points of connection exceeds the greatest standard shipping length available from the manufacturer specified or approved by the Engineer as the manufacturer of the particular item of wire and cable. D. The crimping tools used in securing the conductor in the compression type connectors or terminal lugs shall be those made for that purpose and for the conductor sizes involved. The crimping tool shall be the ratchet type which prevents the tool from opening until the crimp action is completed. Such tools shall be a product of the connector manufacturer. E. Install an equipment grounding conductor in all power and control raceways. F. Seal openings in slabs and walls through which wires and cables pass. G. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs. H. Pull cables from the direction that requires the least tension.Use a feed-in tube and sheave designed for cable installation. Use sheaves with radii that exceed the cable manufacturer's recommended minimum bending radius.Use a dynamometer and constant velocity power puller. Velocity should not be less than 15-ft./min. or more than 50-ft./min. Do not exceed the cable manufacturer's maximum recommended tension. I. If cable cannot be terminated immediately after installation,install heat shrinkable end caps. J. Fireproof exposed cables in manholes,vaults,pullboxes, switchgear and other areas not protected by conduit where medium voltage cables are present. Use fire-proofing tape and glass tape in accordance with the manufacturer's instructions.Fire-proofing tape shall be installed with one half-lapped layer of Scotch Brand 77 Electric Arc and Fireproofing Tape(3M Corp., or equal). Tape shall be secured with a two-layer band of Scotch Brand 69 Glass Electrical Tape (3M Corp., or equal)over the last wrap. 3.02 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes where colored insulation is not available. Where tape is used as the identification system,it shall be applied in all junction boxes,manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire Color 240/120 Volts Neutral White Single-Phase,3 Wire Line 1 Black Line 2 Red 208Y/120, Volts Neutral White 3 Phase,4 Wire Phase A Black Phase B Red Phase C Blue SRO Wellfield MV Cable Replacement 600V Wires and Cables Collier County 16120-3 ©2014 CDM Smith 6295-10151 if All Rights Reserved Bid Set Feb-14 System Wire Color 240/120 Volts Neutral White 3 Phase,4 Wire Phase A Black delta, center tap Phase B(High) Orange ground on phase Phase C Blue coil A-C 480Y/277 Volts Neutral White 3 Phase,4 Wire Phase A Brown Phase B Orange Phase C Yellow C. Individual control conductors shall be Red for AC systems and Blue for DC systems. D. Neutral or ground wires that terminate in a Panelboard and require color tape shall have the color tape extend at least 6-in from the termination point. 3.03 TERMINATIONS AND SPLICES A. Power conductors: Unless otherwise indicated on the Drawings,no splices may be made in the cables without prior written approval of the Engineer.Where splicing is approved,terminations shall be die type or set screw type pressure connectors as specified. Splices(where allowed) shall be die type compression connector and waterproof with heat shrink boot or epoxy filling for copper conductors#4 AWG and larger. Splices shall be solderless pressure connectors with insulating covers for copper conductors#6 AWG and smaller. Aluminum conductors(where specified)shall employ terminations and splices specifically designed for aluminum conductors. B. Except where permitted by the Engineer no splices will be allowed in manholes, handholes or other below grade located boxes. C. Splices shall not be made in push button control stations, control devices(i.e.,pressure switches,flow switches,etc),conduit bodies,etc. 3.04 FIELD TESTING A. Test all 600 Volt wire insulation with a megohm meter after installation and prior to termination. Make tests at not less than 1000 Volts DC. Test duration shall be one minute. Submit a written test report of the results to the Engineer.Notify the Engineer in writing 48 hours prior to testing. B. Field testing and commissioning shall be done in accordance with the latest revision of the "Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems" published by the International Electrical Testing Association(NETA Standard ATS)unless otherwise modified by this Section.Minimum wire insulation resistance shall not be less than 250 Megohms. C. All service conductors shall be tested as in paragraph A above with the Engineer present. END OF SECTION SRO Wellfield MV Cable Replacement 600V Wires and Cables Collier County 16120 -4 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16121 MEDIUM VOLTAGE CABLES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test the medium voltage wire,cable and appurtenances as shown on the Drawings and as specified herein. B. This Section shall apply to all temporary and permanent feeders used on the project. 1.02 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, samples of proposed wire. Each sample shall have the size,type of insulation and voltage stenciled on the jacket. The submittals shall also include the following: 1. Product data sheets. 2. Factory and field test reports. 3. Pulling tension and sidewall pressure calculation. 4. Qualifications of technicians performing medium voltage terminations. 5. Qualifications of technicians performing hot phasing activities. 6. Qualifications of testing firm and proposed test method. 7. Switching and testing plans for hot phase and rotation checks. B. Approved samples will be sent to the project location for comparison by the Resident Engineer with the wire actually installed. C. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. 1.03 REFERENCE STANDARDS A. Medium voltage cables shall meet or exceed the specifications and requirements of the latest Insulated Cable Engineers Association(ICEA)and the Association of Edison Illuminating Companies(AEIC)publications, except as modified by this Section. B. Ethylene-propylene rubber(EPR)insulated cable shall meet or exceed ICEA S-68-516/NEMA WC-8 and AEIC CS-6. C. Cables shall comply with Underwriters Laboratories(UL) Standard 1072. D. Field testing and commissioning shall be done in accordance with the latest revision of the SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 "Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems" published by the InterNational Electrical Testing Association unless otherwise modified by this Section. E. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.04 QUALITY ASSURANCE A. The general construction of the cable and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. B. Upon request,the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. C. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded,thus enabling the "traceability" of the completed cable.All steps in the manufacturing process, from receipt of raw material to the final tests,are to be included. Where multiple records are used,the method for cross-referencing shall be noted. D. Cable shall be UL listed as Type MV-105. 1.05 DELIVERY, STORAGE AND HANDLING A. Check for reels not completely restrained,reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Do not drop reels from any height. B. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the cable. C. Store cable on a solid,well drained location. Unjacketed armored cable shall be stored indoors. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. D. Seal cable ends with heat shrinkable end caps. Do not remove end caps until cables are ready to be terminated. 1.06 WARRANTY A. The manufacturer shall warrant the cable against failures for a period of 40 years from date of installation and shall remove and replace failed cables at their own expense during this warranty period. PART 2 PRODUCTS 2.01 GENERAL A. The manufacturer's name,the voltage class,type of insulation,thickness of insulation, conductor size, UL listing and date of manufacture shall be printed on the jacket. SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -2 ©2014 CDM Smith 6295-1015 All Rights Reserved Bid Set Feb-14 B. Cables shall be suitable for use in submerged wet locations, in non-metallic or metallic conduits,and in underground duct systems. C. Cables shall be able to operate continuously at 105 degrees C conductor temperature,with an emergency rating of 130 degrees C and a short circuit rating of 250 degrees C. Emergency overloads shall be possible for periods of up to 100 hours. Five 100 hours emergency overload operations within the life time of the cable shall be possible. D. Medium voltage cable shall be shielded unless specifically noted otherwise on the Drawings. E. Medium voltage cables shall have the following physical characteristics in accordance with ICEA,AEIC and UL standards: 1. Conductors:Annealed copper, Class B concentric lay, stranded per ASTM B8. 2. Insulation: Thermosetting ethylene propylene rubber(EPR)compound over an extruded, semi-conducting high dielectric stress control layer,with a semi-conducting shield applied directly over the primary insulation. The base elastomer shall have a maximum ethylene content of 72 percent by weight and shall contain no polyethylene. The semiconducting layers and insulation shall be applied using a triple extrusion process. F. All wire of a given type shall be the product of a single manufacturer. G. Acceptable manufacturers: 1. Southwire Company, Inc. 2. Hubbell/Kerite Company,Inc. 3. Okonite Company, Inc. 4. Cablelec Corporation 2.02 CABLE RATINGS AND TYPE A. 5 kV Cable 1. Cable type: Single conductor. 2. Insulation level: 5 kV - 133 percent/8 kV- 100 percent, 95 kV BIL(115 mils). 3. Operating voltage;4,160 Volts, 3 Phase, 60 Hz,resistance grounded distribution system. B. 15 kV Cable 1. Cable type: Single conductor. 2. Insulation level: 15 kV- 133 percent, 110 kV BIL(220 mils). SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -3 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Operating voltage; 13,200 Volts, 3 Phase, 60 Hz,resistance grounded distribution system. 2.03 CABLE SHIELDING SYSTEM A. Insulation Shield 1. The insulation shield shall consist of a layer of black semi-conducting material extruded directly over the insulation. B. Metallic Shield 1. 5 mil(minimum)copper tape with a nominal 12.5 percent overlap. 2.04 CABLE ACCESSORIES A. General 1. Cable termination shall be preformed stress cones.All material used in terminating and splicing medium voltage cables shall be as approved by the cable manufacturer. Cables shall be terminated and spliced in accordance with the kit supplier's drawings. 2. Cable terminations shall meet or exceed IEEE Standard 48, Class I requirements. 3. Cable accessories shall be by only one manufacturer to assure adequate installer training and application assistance. 4. The manufacturer shall be able to document a minimum of 5 years successful field experience as well as demonstrating technical life assessment as requested. The manufacturer shall establish and document a Quality Assurance Program implementing suitable procedures and controls for all activities affecting quality. The program shall provide documentation that verifies the quality of production joint kits and traceability back to inspection records,raw material and the original designs and design proof-tested joints. B. Indoor Cable Terminations 1. Single conductor shielded cable terminations for indoor applications shall be one piece, track resistant EPDM rubber with top seal and ground strap assemblies. 2. Termination shall have a current rating equal to, or greater than the cable ampacity. 3. Termination shall accommodate any form of cable shielding or construction without the need for special adapters. 4. Acceptable products: a. Raychem Corp.,HVT Series. b. 3M Corp. Quick Term II, 5620K Series. SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -4 hF1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Outdoor Cable Terminations 1. Single conductor shielded cable terminations for outdoor protected or exposed locations shall be one piece,track resistant silicone rubber with top seal, rain skirt and ground strap assemblies. Cable compartments of outdoor metal clad switchgear shall be considered as outdoor locations. 2. Termination shall have a current rating equal to,or greater than the cable ampacity. 3. Termination shall accommodate any form of cable shielding or construction without the need for special adapters. 4. Acceptable products: a. Raychem Corp.,HVT Series. b. 3M Corp. Quick Term II, 5630K Series. D. Tape Shielded Inline and Tee Cable Splice 1. In general all wire and cable shall be continuous and without splices between points of connection to equipment terminals. 2. Unless otherwise indicated on the plans or in these specifications, no splices may be made in the cables without prior written approval of the Engineer. Where splicing is approved, then splicing material shall be approved by the Engineer and cable manufacturer. The conductivity of all completed connections shall be not less than that of the uncut conductor. The insulation resistance of all completed connections of insulated conductors shall be not less than that of the uncut conductor. Splicing materials(where splices are approved)are listed below: a. For all shielded cables rated 15,000 Volts or less, splice in accordance with the instructions provided with the splicing kits, splicing kits shall be HVS Series(8KV minimum rated)as manufactured by Raychem Corp. or 5400 Series as manufactured by 3M Corp. b. Shielded cable splices shall be capable of normal continuous operations at the rated voltage and current on the cable it is to be used on. The splice kit shall contain all of the necessary materials required to make splices including cable preparation materials, such as solvents,rags and abrasive materials.A comprehensive step-by- step instruction sheet shall be included with each kit. E. Cable end caps shall be heat shrinkable polyelofin, 3M Corp., Type ICEC or equal. F. Lugs and Connectors 1. Copper lugs and connectors shall be tin plated and crimped with standard industry tooling. All connections of copper stranded wire shall be made electrically and mechanically secured. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements. Lugs larger than 4/0 SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 AWG shall be two-hole lugs with NEMA spacing. The lugs and connectors shall be rated for operation through 15 kV. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. G. Electrical Grounding Braid 1. Conducting metal braid shall be woven from 240 strands of 30 AWG tinned copper wires and be capable of carrying fault current comparable to that of 6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal. H. Cable Marking Systems 1. A 7-mil, flame retardant,cold and weather-resistant vinyl plastic electrical tape shall be used for phase identification,3M Corp.; Scotch 35 Tape or equal. 2. Cable tags shall be heat stamped nylon secured by polypropylene cable ties,Thomas& Betts No. TC228-TB or equal. 2.05 PULLING COMPOUNDS A. Pulling compound shall be nontoxic,nonflammable,noncombustible and noncorrosive. The material shall be UL listed and compatible with the cable insulation and jacket. 2.06 SHOP TESTING A. Perform manufacturers standard production testing and inspection in accordance with Section 6 of the referenced ICEA standards. If requested by the Engineer,the manufacturer shall submit certified proof of compliance with ICEA design and test standards. B. Provide certified test reports indicating that the cable has passed the following tests: 1. Partial Corona Discharge Test in accordance with AEIC CS5/6, Section G. 2. Vertical tray flame test in accordance with IEEE 1202. C. After completion of the factory tests,individual pulling eyes shall be installed on single or triplexed conductor length of cable. Pulling eyes shall be suitable for maximum allowable pulling tension on the conductors and they shall be sealed against entrance of water. PART 3 EXECUTION 3.01 GENERAL A. All cable terminations and splices(if approved)shall be made by a qualified high voltage cable terminator and splicer with at least 80 hours of formal training and a minimum of 10 years experience. The qualifications shall be submitted to the Engineer for approval before any work is done.Any cables terminated without an approved terminator and splicer shall be removed and replaced at no additional cost to the owner. B. Determine the cutting lengths,reel arrangements and total lengths of cable required and shall SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -6 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 furnish this data to the cable manufacturer. C. Make use of the field engineering services available from the cable manufacturer. 3.02 INSTALLATION A. Cable Installation 1. When temperature is below 50 degrees F, cable reels shall be stored at 70 degrees F for at least 24 hours before installation. 2. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii. 3. Pull cables from direction that requires the least tension. 4. Feed cables into raceway with zero tension and without cable crossover at raceway entrance. 5. Use lubrications to facilitate wire pulling. Pulling compound shall be nontoxic, nonflammable, noncombustible and noncorrosive. The material shall be UL listed and compatible with the cable insulation and jacket. 6. Seal openings in slabs and walls through which wires and cables pass. 7. Steel fish tapes and/or steel pulling cables shall not be used in PVC conduit runs. 8. Use a feed-in tube and sheave designed for cable installation. Use sheaves with radii that exceed the cable manufacturer's recommended minimum bending radius 9. Use a dynamometer and constant velocity power pulling. Velocity should not be less than 15-ft./min or more than 50-ft/min. Do not exceed the cable manufacturer's maximum recommended tension. 10. If cable cannot be terminated immediately after installation,install heat shrinkable end caps. 11. Hydraulically or manually operated cable benders shall not be used. 12. Cable ends shall be properly sealed against ingress of moisture and mechanically protected against damage until splices and terminations are completed(time period between cable pull and make-up of splices and terminations). 13. Properly train all cables at termination points with slight curvature to take stress associated with thermal dimensional changes. 14. Cable support intervals shall not exceed 36 inches, unless otherwise shown. Provide adequate slack in the cables and adequate space between circuits. 15. Neatly support cables at all locations and by racks in manholes. Each rack shall have cable SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -7 iF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 support insulators. 16. Assume full responsibility for any damage to existing cables and to electrical system that may occur due to working in existing manholes, cable vault or medium voltage equipment. 17. Unless otherwise specified, use pull ropes,not wire or cable to install cables in conduit. 18. Route circuits within manholes to separate circuits on opposite sides of manholes where possible. B. Terminating and Splicing 1. All wire and cable shall be continuous and without splices between points of connection to equipment terminals, except a splice will be permitted by the Engineer if the length required between the points of connections exceeds the greatest standard shipping length available from the manufacturer specified or approved by the Engineer as the manufacturer of the particular item of wire and able. 2. The work area shall be kept warm, dry and ventilated during terminating and splicing of the cables. 3. Prepare cables in accordance with the termination or splice kit manufacturer's installation details. 4. Maintain shield continuity around terminations and splices. Bond cable shields at each terminal or splice location. 5. Install a neoprene tape wrap around each splice and bonding jumper to provide a watertight environmental seal. 6. Insulate and seal each cable-to-bus termination with heat shrinkable bus connector kits. C. Electric Arc and Fire Proofing 1. Fireproof exposed cables in manholes,vaults,pullboxes, switchgear and other areas not protected by individual conduits. Fireproof each individual cable separately. Use fire- proofing tape and glass tape in accordance with the manufacturer's instructions. Fire- proofing tape shall be with one half-lapped layer of Scotch Brand 77 Electric Arc and Fireproofing Tape by 3M Corp. or equal. Tape shall be secured with a two-layer band of Scotch Brand 69 Glass Electrical Tape by 3M Corp. or equal over the last wrap. D. Marking and Identification 1. Plastic nameplates(cable tags)shall be installed on each cable in every manhole,pull box, handhole,and other accessible intermediate locations as well as at each termination. These nameplates shall show the phase and cable designations and the date when the cable was installed or termination was made. The cable designation shall be as indicated on the Drawings.Nameplates shall be tied to each cable with self-locking nylon ties. 2. Each phase shall be identified on each cable termination with red colored electrical tape SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -8 ©2014 CDM Smith 6295-101578 11F All Rights Reserved Bid Set Feb-14 bands.Each band shall be a minimum of 1-inch wide. One band for phase A,two bands for phase B and three bands for phase C. Apply tape over cable jacket or fireproofing-not on insulation or stress cones. 3. Marking and identification shall be complete prior to energization. 3.03 FIELD TESTING A. Engage the services of a recognized independent testing firm to inspect and test the installed cables prior to energization. The testing firm shall provide all material, labor, equipment and technical supervision to perform the tests and inspection.Notify the Engineer in writing at least two weeks prior to scheduling any testing.Provide certified calibration sheets including dates for all equipment to be used for testing with notice of scheduled testing. Calibration sheets shall also indicate that the units have been calibrated within six months of the testing date. B. Equipment testing and inspection shall be performed in accordance with NETA Standard ATS and shall be witnessed by the Engineer. The testing shall include the following as a minimum: 1. Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. 4. Off Line Partial Discharge or Very Low Frequency(VLF)Hipot or Tan Delta(TD) acceptance tests. 5. Hot phasing and rotation tests. C. When new cables are spliced,the shield continuity and insulation resistance test shall be performed prior to splicing.After the splice is completed,an insulation resistance test, shield continuity test and an engineer approved acceptance test shall be performed on the complete length of cable including the splice. D. When new cables are spliced into existing cables, an engineer approved acceptance test shall be performed on each old and new cable prior to splicing.After test results are approved and the splice is completed, an insulation resistance test and a shield continuity test shall be performed on the length of new and existing cable including the splice.After a satisfactory insulation resistance test, another acceptance test shall be performed on the cable utilizing a test method and voltage recommended by the testing firm and approved by the Engineer. E. Submit certified copies of the test results and leakage plots to the Engineer in accordance with Section 01300 within 5 days of completion of the tests. F. Immediately notify the Engineer and do not energize the cables if any of the following conditions occur: 1. Cable damage. 2. Improper installation or grounding. SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 -9 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Shield discontinuity or high resistance. 4. Dielectric absorption ratio and polarization index below 1.5. 5. Abnormal plot of leakage current/capacitance. G. Defective or Damaged Cables 1. The Engineer shall make sole determination of the acceptability of the cables based on the submitted test reports. Do not energize cables until the test reports have been reviewed and approved by the Engineer. 2. If, in the opinion of the Engineer,the cables,terminations or splices are determined to be damaged or defective, provide the following remedial actions at no additional cost to the Owner: a. Remove splices and terminations and completely re-test the cables to determine whether the cables are damaged or defective. b. Remove and replace damaged or defective cables as directed by the Engineer. c. Remake terminations and splices with new kits. d. Completely re-test cable, splices and terminations in accordance with Paragraph 3.03B above. H. Cable Acceptance Tests 1. In addition to the electrical testing for insulation resistance,and shield continuity, a final acceptance test of the de-energized cable using one or more of the following test methods: off line partial discharge,VLF hipot, or Tan Delta. The intention is to not only prove the cable is acceptable to put into service,but also provide the Owner with baseline information for future cable maintenance testing.As test methods of medium voltage cables have evolved from basic PASS/FAIL of DC hipot tests,the Engineer shall allow any of the test methods listed above,provided the test report includes the information required in paragraph 3 below. 2. Testing shall be performed by a qualified testing firm with a minimum of 10 years of experience in the test method proposed. The qualifications shall be submitted to the Engineer for approval. 3. Test reports shall provide a summary showing cable length and designation, locations of joints,terminations and defect sites,test voltage levels and associated test results, severity assessment and recommendations for future action. I. Hot Phasing and Rotation Tests 1. Correct phasing and rotation shall be the responsibility of the Contractor. Verification of same shall be done in the presence of the Engineer after the cables have passed acceptance SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 - 10 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 testing and prior to the system being turned over to the Owner for use. In the event of any improper phasing or rotation,the appropriate circuit will be shutdown and the Contractor will correct the problem at his cost. 2. All medium voltage system switching, shutdown,grounding and re energization activity will be the responsibility of the Contractor. 3. Provide hot phasing test between the two unit sub 5 KV switches. 4. As the new 15 kV loop distribution system has the potential to connect two separate sources together(although it is designed as an open loop system),the Contractor shall perform hot phasing and rotation checks at all possible locations that inadvertent connection may occur. That will require hot phasing at each well transformer with switch A side on one source and switch B side on the second source to verify phasing is correct. 5. The electricians performing these duties must be experienced in this type of activity. The qualifications and testing plan shall be submitted to the Engineer for approval before any work is done. END OF SECTION SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 - 11 ©2014 CDM Smith 6295-101578 11F All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Medium Voltage Cables Collier County 16121 - 12 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16191 MISCELLANEOUS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. B. This Section provides the requirements for miscellaneous equipment typically employed in a facility,however,not all components specified in this Section are necessarily utilized on this project. 1.02 SUBMITTALS A. Submit, in accordance with Section 01300,detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified in sufficient detail to show compliance with the Drawings and Specifications. 1.03 REFERENCE STANDARDS A. Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed, as specified in Section 16000. PART 2 PRODUCTS 2.01 MATERIALS A. Enclosed Circuit Breakers 1. Rating: 480 volt, 3-phase,3-wire, 60 Hertz.Ampacity per Contract Drawings. 2. The overall short circuit withstand rating of the equipment shall be 65,000 Amperes R.M.S. symmetrical at 480 volts to match County Standards. 3. Bus shall be tin plated copper. 4. Circuit breaker shall be thermal magnetic molded case circuit breaker. 5. Enclosure shall be NEMA 4X SS gasketed,with padlocking provisions. 6. Surge protection shall be as specified herein. 7. Breaker shall have trip settings unit with adjustable instantaneous. 8. Circuit breakers, enclosures, etc., shall be as manufactured by Square D,Eaton,or General Electric. B. Nameplates SRO Wellfield MV Cable Replacement Miscellaneous Equipment Collier County 16191 - 1 ©2014 CDM Smith 6295. All Rights Reserved Bid Set Feb-14 1. Nameplates shall be engraved, laminated plastic,not less than 1/16-in thick by 3/4-in by 2- iF 1/2-in with 3/16-in high black letters on a white background. C. Surge Protective Devices(SPD) 1. SPDs shall be UL 1449,3rd Edition listed. 2. SPD shall be nipple mounted,NEMA 4X enclosure, with LEDs to indicate operational status,40 kA peak surge current rating. 3. Square D type SDSA3650 or equivalent by Eaton. PART 3 EXECUTION 3.01 INSTALLATION A. Provide and install identification as required per Section 16000. B. All wiring shall be done in a neat and workmanlike manner. C. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner or clean lint-free rags. Do not use compressed air. END OF SECTION SRO Wellfield MV Cable Replacement Miscellaneous Equipment Collier County 16191 -2 ©2014 CDM Smith 629 -I O 15721 All Rights Reserved Bid Set Feb-14 I 1F SECTION 16350 MEDIUM VOLTAGE SWITCHGEAR MAINTENANCE PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide materials, equipment and labor to perform preventative maintenance on the existing 4,160 volt main switchgear as shown on the Drawings and as specified herein. B. Contractor shall perform all switching,racking of breakers and safety grounding required to shut down and make safe the equipment for testing activities. C. Contractor shall perform required switching activities to restore power to the equipment. D. Maintenance and testing shall be scheduled so interruption to plant processes are minimized. Provide temporary power for essential systems. E. Coordinate with FPL for shut down of incoming service. 1.02 RELATED WORK A. Power System Studies are included in Section 16015. B. Electrical System Testing and Settings are included in Section 16950. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300,the following: 1. Shutdown and restoration sequence plan for Engineer review. 2. Field test and inspection report(s). 1.04 REFERENCE STANDARDS A. NETA Standard MTS-Maintenance Testing Specifications B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. PART 2 PRODUCTS(NOT USED) PART 3 EXECUTION 3.01 PREPARATION A. Record all existing settings of protective relays. B. Review power system study and note any changed settings. SRO Wellfield MV Cable Replacement Medium Voltage Switchgear Maintenance Collier County 16350- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Review existing O&M manuals on switchgear and relays. Obtain from County. D. Hold on site coordination meeting with Owner and Engineer at least two weeks prior to any testing to review shut down and testing plan. 3.02 MAINTENANCE ACTIVITIES A. Engage the services of a recognized independent testing firm to inspect and test the existing switchgear.The testing firm shall provide all material, labor, equipment and technical supervision to perform the tests and inspection. B. Equipment testing and inspection shall be performed in accordance with NETA Standard MTS. C. For each relay and breaker tested,provide a sticker showing date of test, Company and initials of tester. D. Visual and Mechanical Inspection of Switchgear Assembly 1. Open all hinged panels and remove all bolted panels. 2. Inspect all bolted connections,nuts and screws for tightness. 3. Inspect all cables for tight connections and ample support. 4. Inspect control wiring for signs of wear and damage. Replace as required. 5. Examine resistors and other devices prone to overheating. 6. Clean all insulation thoroughly. 7. Withdraw all drawout components and clean(See Vacuum Breaker paragraph) E. Protective Relay Operation and Calibration 1. Test and calibrate all relays per manufacturer's instructions. Include multiple points on curve to verify relay curve has not shifted. 2. Adjust relays to approved power system study. F. Vacuum Breaker Inspection and Tests 1. Record operations 2. Clean 3. Inspect all bolted connections,nuts and screws for tightness. 4. Perform insulation resistance test or power factor insulation(doble)test 5. Measure contact resistance 6. Check breaker contact wipe and air gap SRO Wellfield MV Cable Replacement Medium Voltage Switchgear Maintenance Collier County 16350-2 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 7. Verify Vacuum integrity-(AC or DC test acceptable) 8. Verify circuit breaker control trip by placing breaker in test position and trip via current injection into the CT secondary to induce an operation of the protective relay. 9. Lubricate if required. Use manufacturer's recommended lubricant. G. Current Transformer Circuit Tests 1. Inject phase current transformers with 5 amps into the secondary circuits to insure that circuits are still intact. 2. Verify correction operation of tie differential CT's by secondary current injection. H. In the event of an equipment fault,notify the Engineer immediately. Repair or replace the equipment as directed by the Owner/Engineer prior to placing the equipment back into service. 3.03 CLEANING A. Remove all rubbish and debris from inside and around the switchgear. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner, or clean, lint-free rags. Do not use compressed air. END OF SECTION SRO Wellfield MV Cable Replacement Medium Voltage Switchgear Maintenance Collier County 16350-3 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 F THIS PAGE LEFT INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Medium Voltage Switchgear Maintenance Collier County 16350-4 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1 IF SECTION 16411 PRE-PURCHASE UNIT SUBSTATION INSTALLATION PART 1 GENERAL 1.01 SCOPE OF WORK A. Install pre-purchased unit substations as specified herein. B. Manufacturer's start-up service is included under separate contract. C. Manufacturer's training of Owner personnel is included under separate contract. 1.02 RELATED WORK A. Concrete pad for equipment is shown on the Structural Drawings. B. Power system study is specified in Section 16015. C. Pre-purchase unit substations are specified in Section 16410. D. Manufacturer's start-up and training is specified in Section 16410. E. Testing and settings is specified in Section 16950. 1.03 SUBMITTALS—NOT REQUIRED 1.04 REFERENCE STANDARDS A. American National Standards Institute(ANSI) B. Institute of Electrical and Electronics Engineers(IEEE) C. National Electrical Manufacturers Association(NEMA) D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 DELIVERY, STORAGE AND HANDLING A. Contractor shall be responsible to inspect,receive, and unload unit substation at job site. Report any observed damage to the Owner. B. Contractor shall be responsible to store equipment on site in location designated by Owner. C. Contractor shall provide suitable weather protection for outdoor storage and hook up space heaters to prevent condensation during storage period. SRO Wellfield MV Cable Replacement Pre-Purchase Unit Substation Installation Collier County 16411 - 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 PART 2 PRODUCTS—NOT USED 1F PART 3 EXECUTION 3.01 PREPARATION A. Move equipment from storage location to final installation location. 3.02 INSTALLATION A. The substation shall be mounted on steel channels furnished under this Section, set flush with the concrete pad and level in all directions to provide level tolerances per manufacturer's instructions. Provide galvanized hardware for installation. Grout and caulk all voids beneath the equipment base.The substation shall be bolted to the pad with anchor bolts not less than 2 inch galvanized steel, minimum sized and installed in accordance with the manufacturer's recommendation. B. Install the equipment in accordance with the manufacturers'instructions. C. Remove temporary lifting angles, lugs, and shipping braces. Touch up damaged paint finishes. D. Make wiring interconnections as required. E. Caulk seams, cracks,and openings in outdoor enclosures. 3.03 FIELD TESTING A. Testing and checking the incoming line equipment,transformer, and switchgear shall be as specified in other related Sections. B. Contractor shall be present during manufacturer's testing. 3.04 ADJUSTMENT A. Verify correct phase rotation(clockwise 1,2, 3)at incoming and outgoing switches.Adjust if required. B. Verify correct phase positions,A, B,C lands on terminals 1,2, 3 at incoming and outgoing switches.Adjust if required. C. Verify correct phase positions between both unit substations at incoming and outgoing switches by performing hot phase testing.Adjust if required. D. Adjust transformer taps to deliver appropriate outgoing voltage. 3.05 TRAINING A. Contractor shall be present during manufacturer's training of Owner personnel. SRO Wellfield MV Cable Replacement Pre-Purchase Unit Substation Installation Collier County 16411 -2 11p ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3.06 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt,dust or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner or clean lint-free rags. Do not use compressed air. END OF SECTION SRO Wellfield MV Cable Replacement Pre-Purchase Unit Substation Installation Collier County 16411 -3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY BLANK SRO Wellfield MV Cable Replacement Pre-Purchase Unit Substation Installation Collier County 16411 -4 1 ! F T ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16431 PAD MOUNTED TRANSFORMERS PART I GENERAL 1.01 SCOPE OF WORK A. Furnish and install the outdoor,liquid filled,pad mounted transformers as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete equipment pads are shown on the structural drawings. B. Medium voltage cable is included in Section 16121. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data, for the following: 1. Copy of this specification confirming compliance with each paragraph. 2. Equipment sectional and plan views, bottom plan showing conduit openings and anchor bolt pattern, bushing arrangement, dimensions, weight and construction details. 3. Winding and core arrangement,materials,ratings and insulation details. 4. Transformer diagrammatic nameplate information. 5. Itemized bill of materials for accessories. 6. Certified shop test reports. 7. Field test reports. 8. Installation and maintenance manuals. 1.04 REFERENCE STANDARDS A. Transformers shall be designed, built and tested in accordance with the following standards: 1. ANSI C57 Series—Distribution,Power and Regulating Transformers. 2. NEMA Standard TR 1 -Transformers,Regulators and Reactors. B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. SRO Well field MV Cable Replacement Pad Mounted Transformers Collier County 16431 - 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.05 QUALITY ASSURANCE A. The equipment furnished under this Section shall be the product of a manufacturer who has produced this same type of equipment for a period of at least 10 consecutive years. B. Transformers shall be designed, assembled and tested by the manufacturer of the core and coil assemblies used in the transformer. 1.06 MAINTENANCE A. Provide the following spare parts specified: 1. Three replacement power fuses or refills of each size. 2. One refinishing kit for field touch-up of paint. B. Spare parts shall be boxed or packaged for long term storage and clearly marked on the exterior of the package. Identify each item with manufacturers name, description and part number. 1.07 MANUFACTURERS A. Acceptable Manufacturers: 1. ABB 2. Cooper Power Systems 3. Eaton 4. General Electric 5. Schneider Electric- Square D 6. Vantran Industries B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions.Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre-approved by the Engineer ten(10)days prior to bid date. PART 2 PRODUCTS 2.01 RATINGS A. Transformer self cooled kVA rating(s)shall be as shown on the Drawings. Winding temperature rise shall not exceed 65 degrees C above a 30 degree C average ambient temperature,with a maximum ambient not to exceed 40 degrees C, operating at full rated kVA load. SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 B. Primary windings shall have the following ratings: 1. Voltage: 13,200 Volts, 3 Phase, 60 Hz 2. Connection: Delta 3. Basic Impulse Level(BIL): 95 kV 4. De-energized Taps: Two—2 Y2%above and below C. Secondary windings shall have the following ratings: 1. Voltage: 480/277 Volts. 2. Connection: Grounded wye 3. Basic Impulse Level (BIL): 30 kV D. Transformer impedance shall range between 2.6 and 5.4 percent for 500 kVA units and smaller. Impedance of 750 kVA units and above shall be 5.75 percent, subject to ANSI tolerance of plus/minus 7.5 percent. 2.02 CONSTRUCTION A. Transformers shall be compartmental type, liquid filled, self-cooled,tamper resistant, weatherproof and suitable for mounting on a concrete pad. B. Entire transformer enclosure shall be type 304 stainless steel construction. C. Transformer tank cover shall be designed to permit access to internal components for inspection or repair. D. Heavy duty,non-removable lifting lugs and jacking pads shall be provided. E. When required,welded cooling panels or radiators shall be provided on the back and sides of the tank. F. The high and low voltage compartments shall be located side-by-side separated by a steel barrier. When facing the transformer,the low voltage compartment shall be on the right. Terminal compartments shall be full height,air filled with individual doors. The high voltage door fastenings shall not be accessible until the low voltage door has been opened. The low voltage door shall have a 3-point latching mechanism with vault type handle having provisions for a single padlock. The doors shall be equipped with lift-off type stainless steel hinges and door stops to hold the doors open when working in the compartments. The front sill of the compartment shall be removable to allow the transformer to be rolled or skidded into position over conduit stubs. ANSI tank grounding provisions shall be furnished in each compartment. G. Windings and internal leads shall be copper, insulated and braced to prevent phase flashovers during fault conditions. Transformers with wye connected primary and secondary windings shall have the primary neutral insulated from the secondary neutral and brought out into the SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 primary compartment through a separate bushing. Both neutral bushings shall be externally connected to the tank with removable copper straps. H. Transformer insulating oil shall be environmentally friendly,biodegradable,manufactured from vegetable oil sources, BIOTEMP®,Envirotemp FR3®,or equal. Insulating oil shall be free of P.C.B. contamination or any E.P.A. listed toxic chemical. The transformer manufacturer shall test the insulating oil for P.C.B. after filling the tank. I. Furnish a no load,externally operated, lockable, five-position primary winding tap changer located in the secondary terminal compartment. Tap setting must be clearly visible with the compartment door in the open position. Tap adjustments shall be as follows: 1. Two-2.5 percent taps above and below rated primary voltage. J. Terminations 1. High voltage primary terminations shall be arranged for live front loop feed. High voltage bushings shall be electrical grade wet process porcelain with NEMA spade type terminals arranged for vertical takeoff and suitable for the cable size shown on the Drawings. Bushings shall be externally clamped to allow external replacement. 2. Tie connections between primary loop feed bushings shall be rated for 200 Amps. 3. Low voltage secondary bushings shall be externally clamped, molded epoxy, spade type with NEMA standard four or six hole arrangement. Neutral shall be brought out through an insulated bushing and grounded to the tank wall with a removable grounding strap. 2.03 HIGH VOLTAGE PRIMARY SWITCHING AND PROTECTIVE EQUIPMENT A. Furnish an oil immersed,three phase, gang operated, four position loop feed,load break primary switch, mounted inside the transformer tank. The switch mechanism shall be spring- loaded and the operation shall be independent of operator speed. An external, hook stick type switch operator and index plate shall be mounted in the high voltage primary terminal compartment. Switch positions shall be clearly marked. Minimum switch ratings shall be as follows: 1. Continuous current: 200 Amps 2. Maximum phase-to-phase 35 kV,maximum phase-to-ground 15.2 kV. 3. Momentary and fault close: 10,000 Amps symmetrical. 4. One minute 60 Hz withstand: 50 kV B. Primary Fuse Arrangement 1. Furnish oil immersed,dead front, externally removable,hot stick operated, load-break type, individual fused disconnect devices located in the high voltage compartment above the primary bushings,to permit fuse replacement without opening the tank. Fuse elements shall be partial range current limiting fuses in series with cartridge type expulsion fuses. SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 C. Lightning Arresters 1. Furnish six 15 kV distribution class lightning arresters mounted in the high voltage primary compartment for surge protection. 2.04 ACCESSORIES A. Each transformer shall be furnished with the following accessories: 1. Stainless steel nameplate in the low voltage compartment. 2. One-inch drain plug. 3. Dial type thermometer with maximum temperature indicator,mounted in a sealed drywell in the low voltage compartment. 4. Auxiliary, sealed, dry contact in thermometer for remote indication of high temperature alarm. 5. Provision for pressure-vacuum gauge mounted in the low voltage compartment. 6. Magnetic liquid level gauge located in the low voltage compartment at the 25 degree C level mark. 7. Auxiliary, sealed, dry contact in the level gauge for remote indication of low oil level alarm. 8. Furnish a molded case circuit breaker,with padlocking hardware provisions, 18 kA AIC minimum,channel mounted and located in the secondary compartment. 2.05 SURFACE PREPARATION AND SHOP COATINGS A. All welds shall be ground smooth and all metal surfaces cleaned of oil,grease and weld spatter using a hot phosphate chemical treatment. A zinc-rich,heat cured epoxy primer shall be applied to inhibit rust. B. The equipment shall receive an intermediate coat of heat cured epoxy finish color, followed by an air dried finish coat of Outdoor green,Munsell No. 7GY3.29/1.5 to a minimum of three(3) mils average thickness. After finish painting, all bottom surfaces, and sides up to a minimum of 1-in above the ground shall be protected against corrosion by an epoxy tar coating. 2.06 SHOP TESTING A. Perform manufacturers standard production testing and inspection in accordance with ANSI Test Code C57.12.90 and/or NEMA TRI. Testing shall include the following as a minimum: 1. Resistance measurements of all windings. 2. Ratio tests on the rated voltage connection and on all tap connections. SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Polarity and phase-relation tests on the rated voltage connections. 4. No-load loss at rated voltage on the rated voltage connection. 5. Exciting current at rated voltage on the rated voltage connection. 6. Impedance and load loss at rated current on the rated voltage connection. 7. Applied potential test. 8. Induced potential tests. B. Manufacturer shall certify compliance with transformer coating performance per ANSI C57.12.28. C. Results of the above tests including no load loss data shall be submitted with final drawings in the form of certified test reports. PART 3 EXECUTION 3.01 INSTALLATION A. The equipment shall be leveled and anchored directly to a concrete equipment pad as shown on the Drawings. Provide hardware and metal shims for installation. Anchor bolts shall be 1/2-in stainless steel. B. Install the equipment in accordance with the manufacturer's instructions. C. Remove temporary packing and shipping braces. Touch-up damaged paint finishes. 3.02 FIELD TESTING A. Engage the services of an independent testing firm to inspect and test the installed equipment prior to energization. The testing firm shall provide all material, labor, equipment and technical supervision to perform the tests and inspection. Notify the Engineer at least 2 weeks prior to scheduling any testing. B. Equipment testing and inspection shall be performed in accordance with NETA Standard ATS and shall include the following: 1. Visual and mechanical inspection. 2. Ground resistance test. 3. Insulation resistance tests,winding-to-winding and winding-to-ground, using a megohmmeter, at nominal tap position with all cables disconnected. C. In the event of an equipment fault,notify the Engineer immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the Contractor,the Engineer and the equipment manufacturer's factory service technician. Repair SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -6 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 or replace the equipment as directed by the Engineer prior to placing the equipment back into service. 3.03 ADJUSTMENT A. Verify correct phase rotation(clockwise 1,2, 3)on secondary. Adjust if required. B. Adjust taps to deliver appropriate secondary voltage. C. Perform hot phase testing at 15 kV terminals in accordance with Section 16121. 3.04 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt,dust,or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner, or clean, lint-free rags. Do not use compressed air. B. Touch-up damaged paint finishes. END OF SECTION SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -7 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 THIS PAGE INTENTIONALLY LEFT BLANK SRO Wellfield MV Cable Replacement Pad Mounted Transformers Collier County 16431 -8 11F , ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16600 UNDERGROUND SYSTEMS PART I GENERAL 1.01 SCOPE OF WORK A. Furnish and install a complete underground system of raceways,manholes and handholes as shown on the Drawings and as specified herein.Multiple underground raceways are referred to in this Section as ductbanks,whether they are direct buried or concrete encased. B. The Contractor shall be responsible for setting manholes and handholes at the proper elevation such that the pitch of raceways will be towards manholes and handholes and away from structures,vaults and buildings. C. Ductbank,manhole and handhole depths vary. Coordinate with other utilities,yard piping,yard structures and field conditions to determine required depths and install raceways,manholes and handholes at that required depth at no additional cost to the Owner. D. Ductbank routing and manhole/handhole locations shown on the Drawings are diagrammatically depicted. Coordinate with other utilities,yard piping,yard structures and field conditions to determine required paths and depths at no additional cost to the Owner. 1.02 RELATED WORK A. All concrete and reinforcing steel shall be as specified in Division 3,but the responsibility of furnishing and installing the material shall be that of this Section. B. All trenching, excavation and backfilling, including gravel and sand bedding and surface restoration shall be as specified in Division 2,but the responsibility of furnishing and installing the material shall be that of this Section. C. Raceways, fittings and installation shall be as specified in Section 16110. D. Ground rods and other grounding materials and methods shall be as specified in Section 16660. E. Precast electrical concrete manholes and handholes shall be furnished under Division 16 and shall be in compliance with precast concrete structures as specified in Section 02605. F. Concrete encasement of electrical duct banks is specified in Section 16900. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data, for the following: 1. Manholes and handholes 2. Plastic duct spacers SRO Wellfield MV Cable Replacement Underground Systems Collier County 16600- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3. Manhole and handhole frames, covers and chimney rings 4. Buoyancy calculations 5. Warning tape PART 2 PRODUCTS 2.01 MATERIALS A. Refer to Section 16110 and detail drawings for the material requirements for raceways. B. Cable racks, supports,pulling-in irons,manhole steps and hardware shall be non-metallic as manufactured by Line Materials Co.; Underground Devices, Inc.; Chance or equal. C. Precast manholes and handholes shall be heavy duty type,designed for a H-20 wheel load. Manufacturer shall provide buoyancy calculations to the Engineer for approval. Refer to Section 02605 for materials requirements. 1. Refer to the drawings for inside dimensions,headroom requirements and minimum thickness of concrete for precast reinforced concrete structures. 2. Buoyancy calculations shall be prepared and stamped by a professional engineer registered in the State of Florida. 3. The date of manufacture,name and trademark of manufacturer shall be marked on the inside of each precast section. 4. Provide integrally cast knock-out panels in precast concrete manhole and handhole sections at locations indicated and with sizes indicated. Knock-out panels shall have no steel reinforcing. 5. Seal tongue and groove joints of precast manhole and handhole sections with rubber 0-ring gasket. 0-ring gasket shall conform to ASTM C443. In lieu of the 0-ring gasket, a flexible joint sealant may be used. Sealant shall be Kent Seal No. 2; ConSeal No. 2; Ram-Nek or equal. Completed joints shall withstand 15 psi internal water pressure without leakage or displacement of gasket or sealant. D. Precast manholes and handholes shall be as manufactured by Brooks Products Co.,or equal and constructed to dimensions as shown on the Drawings. E. Manhole frames and covers shall be cast iron,heavy duty type for Class H-20 wheel loading as manufactured by Neenah;LeBaron; Vulcan or equal. Covers shall be marked"HIGH VOLTAGE ELECTRIC"unless otherwise shown on the Drawings. F. Handhole frames and covers shall be hot dipped galvanized steel and designed for Class H-20 wheel loading. Handhole covers and hatches shall have Type 316 stainless steel security bolts. Covers shall be marked"FIBER"unless otherwise shown on the Drawings. G. Ground rods and other grounding materials and methods shall be as specified in Section 16660. SRO Wellfield MV Cable Replacement Underground Systems Collier County 16600 -2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 H. Bell ends and plastic duct spacers shall be as manufactured by Carlon; Underground Devices Inc. or equal. I. Pull line for spare conduits shall be 3/16-inch polypropylene. J. Cement, lime,aggregate and all other concrete components for concrete encasement of ductbanks shall be as specified in Division 3 except that aggregate size shall not exceed 3/8-inch. Concrete shall have a minimum compressive strength at 28 days of 2500 psi. K. Detectable Warning Tape 1. Warning tape shall consist of 5 mil red polyethylene film; 6-in minimum width. Tape shall be capable of being detected or located by either conductive or inductive location techniques. 2. Warning tape shall be Mutual Industries Part No. 17774 or equal. L. Bricks for raising manhole and handhole frames to finished grade shall conform to ASTM C62. Mortar shall be composed of one part portland cement,two parts sand and hydrated lime not to exceed 10-lbs to each bag of cement. 1. Portland cement shall be ASTM C150,Type II. 2. Hydrated lime shall conform to ASTM C207. 3. Sand shall be washed,cleaned, screened,well graded with all particles passing a No. 4 sieve and conform to ASTM C33. PART 3 EXECUTION 3.01 INSTALLATION A. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes.Raceway slopes shall not be less than 3-in per 100-ft. B. Reinforce ductbanks as shown on the Drawings. C. Lay raceway lines in trenches on mats of bank gravel not less than 6-in thick and graded as per Paragraph 3.01A. D. Use plastic spacers located not more than 4-ft apart to hold raceways in place. Spacers shall provide not less than 2-in clearance between raceways and edge of concrete envelope. E. The minimum cover for raceway banks if not concrete encased shall be 24-in,unless otherwise permitted by the Engineer. F. Make raceway entrances to buildings, structures and vaults(except manholes and handholes) with rigid metal conduit not less than 10-ft long. G. Conduits run below floor slabs in slab-on-grade construction shall be rigid metal conduit. SRO Welifield MV Cable Replacement Underground Systems Collier County 16600-3 l iI. ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 H. Raceway terminations at manholes shall be with end bells for PVC conduit and insulated throat grounding bushings with lay-in type lugs for metal conduit. I. Where bends in raceways are required,use long radius elbows, sweeps and offsets.Elbows and sweeps are to be rigid metal(painted with bitumastic)or PVC-coated rigid metal where shown on the drawings. J. All 2-in and larger raceways shall have a mandrel drawn through followed by a swab to clean out any obstruction which may cause cable abrasions.The mandrel shall be 12-in in length and the diameter'/2-in less than the inside diameter of the raceway. All 1-1/2-inch and smaller raceways shall be swabbed clean before installing cables. K. Plug and seal spare raceways watertight at all manholes,buildings and structures. L. Seal the ends of raceways and make watertight at all manholes,buildings and structures. M. Install pulling-in irons opposite all raceway entrances to manholes. N. Train cables in manholes and handholes and support and restrain them on racks and hooks at intervals not greater than 3-ft. Supports shall be installed on each side of all splices. Furnish inserts on all manhole and handhole walls for mounting future racks as well as racks required for present installation. O. Branch circuit conductors shall not be run in manholes. P. A 3/16-in polypropylene pull line shall be installed and left in all spare and empty raceways. Q. Install detectable warning tape in all underground raceways,ductbanks,etc.Tape shall be placed along the entire length of the raceway and installed 18-in above the top of the raceway or ductbank on compacted backfill material. Where trench exceeds 24-in width, provide additional detectable tape runs to mark each side of the ductbank in addition to the one in the center. R. Manhole and Handhole Installation 1. Manhole installation shall comply with Section 02605. 2. Place bases on 12-in bed screened gravel or crushed stone as shown on the drawings. Set base grade so that a minimum grade adjustment of 4-in of brickwork is required to bring the manhole and handhole frame and cover to final grade. a. Use brick and non-shrink mortar to adjust frame and cover to final grade. 3. Set precast sections plumb with a 1/4-in maximum out-of-plumb tolerance. Seal joints of precast sections with either a rubber 0-ring set in a recess or a flexible joint sealant used in sufficient quantity to fill 75 percent of the joint cavity. Fill the outside and inside joint with non-shrink grout and finished flush with the adjoining surfaces. Caulk the inside of leaking barrel section joints with non-shrink grout. If leaks appear in the manholes or handholes the inside joints shall be cleaned out and remade in a manner that will result in a watertight joint. SRO Wellfield MV Cable Replacement Underground Systems Collier County 16600-4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 4. Allow joints to set for 24 hours before backfilling. Backfilling shall be performed by bringing the fill up evenly on all sides. 5. Plug holes in concrete with non-shrink grout or non-shrink grout in combination with concrete plugs. Finish flush on the inside. 6. Cut holes in precast sections to accommodate conduits prior to setting manhole and handhole sections in place. 7. Manhole covers in streets shall finish flush with the finished paving and in other areas shall finish 3-inches above crown of adjacent roadway.Floor elevations of manholes shall be so set that the center line of the lowest conduit entering will be not less than 1-foot above the floor,and center line of the highest conduit entering will not be less than 1-foot below the roof slab. S. Concrete monuments 1. Concrete monuments shall be provided at each stubbed conduit location. Monuments shall be as shown on the Drawings and shall be installed in the same manner outline for manhole covers. 2. Concrete monuments shall be provided along the path of major conduit duct banks(duct banks which contain at least 10 conduits).Monuments shall be located at each change in direction if a manhole or handhole is not provided, and at 100 foot intervals of straight runs between manholes or handholes. T. Grounding and Bonding 1. A bare stranded copper No. 6 AWG wire shall be installed in each 4-inch PVC conduit containing control cable unless otherwise noted. 2. A 3/4-inch by 10-foot copperclad ground rod shall be driven adjacent to each manhole. All bond wires,metal conduits and metal cable racks inside the manhole shall be bonded to the ground rod. Refer to the detail on the electrical drawings. U. Brickwork 1. Mix mortar only in such quantity as may be required for immediate use and use before initial set takes place.Anti-freeze mixtures shall not be included in the mortar. Install masonry when the outside temperature is above 40 degrees F unless provisions are made to protect the mortar,brick and finished work from frost by heating and enclosing the work with tarpaulins other equivalent material. 2. Set manhole and handhole covers and frames in a full mortar bed. Utilize bricks or HDPE grade rings,a maximum of 8-in thick,to assure frame and cover are set to the finished grade. SRO Wellfield MV Cable Replacement Underground Systems Collier County 16600- 5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3.02 CLEANING A. All new manholes and handholes shall be thoroughly cleaned of all silt, debris and foreign matter prior to final inspection. 3.03 REHABILITATION OF EXISTING MANHOLES,HANDHOLES AND DUCTBANKS A. Dewater existing manholes and handholes in accordance with Section 02200.Maintain dry conditions while repairs and modifications are made. B. Remove existing cable tray supports and replace with new cable racks, supports and insulators. C. Modifications and repairs to cracks shall be made in accordance with Division 3. D. After removing old cables, clean out existing ducts to be reused with a duct rodder before installing new cables. E. Remove all debris from manholes and handholes after the work is completed. 3.04 AS BUILTS A. Provide as-built drawings showing underground routing along with locations of manholes and handholes. END OF SECTION SRO Wellfield MV Cable Replacement Underground Systems Collier County 16600-6 iF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16660 GROUNDING SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC), as shown on the Drawings and as specified herein. B. All power raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum size shall be No. 12 AWG. C. A supplemental grounding electrode conductor shall be provided from each medium voltage unit substation to the buried ground loop. Supplemental grounding electrode conductors shall be installed in PVC Schedule 80 conduit where passing through concrete slabs. Conductors shall be connected to opposite ends of the distribution equipment ground bus. 1.02 RELATED WORK A. Refer to Section 16110 for conduit. B. Refer to Section 16120 for 600-volt wire. C. Refer to Section 16121 for medium voltage cable. D. Refer to Section 16950 for testing. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data, for the following: 1. Manufacturer's name and catalog data for ground rods,exothermic welding methods, grounding clamps including installation requirements and materials. B. Submit results of grounding and bonding resistance testing as specified herein PART 2 PRODUCTS 2.01 MATERIALS A. Conduit shall be as specified under Section 16110. B. Wire and cables shall be as specified under Sections 16120 and 16121. C. Ground rods shall be 3/4-in by 10-ft copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 0.25 mm(10 mil). Ground rods shall be Copperweld; Blackburn;Erico, Inc. or equal. SRO Wellfield MV Cable Replacement Grounding System Collier County 16660 - 1 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 IF D. Grounding conduit hubs shall be malleable iron type, and of the correct size for the conduit,as manufactured by Thomas& Betts Co.; Catalog No. 3940 Series, similar by Burndy; O.Z. Gedney Co. or equal. E. Water pipe ground clamps shall be cast bronze saddle type,and of the correct size for the pipe, as manufactured by Thomas&Betts Co. Cat.No. 2(1/2-in, 3/4-in, or I-in size), similar by Burndy; O.Z. Gedney Co. or equal and of the correct size for the pipe. F. Buried grounding connections shall be by Cadweld process, or equal exothermic welding system. G. Ground rod test wells shall be complete with cast iron riser ring and traffic cover marked "GROUND ROD". Boxes and covers shall be suitable for H-20 wheel loading. Refer to detail on Contract Drawings. H. Ground Enhancement Material (GEM)shall be a low-resistance,non-corrosive, carbon dust based material that improves grounding effectiveness. GEM shall contain cement,which hardens when set to provide a permanent,maintenance-free, low-resistant grounding system that never leaches or washes away. GEM shall be suitable for installation in trenches or backfilling around ground rods. GEM shall have a resistivity of no more than 20 ohm-cm. GEM shall be ERICO Part No. GEM25A or equivalent. PART 3 EXECUTION 3.01 INSTALLATION A. The service entrance equipment ground bus shall be grounded to a 3/4-inch cold water pipe and to the ground system as indicated on the Drawings. Run grounding electrode conductors in Schedule 80 PVC conduits and seal conduits watertight. Do not allow water pipe connections to be painted. If the connections are painted,dis-assemble them and re-make them with new fittings. B. Install equipment grounding conductors with all feeders and branch circuits. C. Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus,as shown on the Drawings. D. Ground wire connections to structural steel columns shall be made with exothermic welds. E. Metal conduits stubbed into a motor control center or floor mounted electrical enclosure shall be terminated with insulated grounding bushings and connected to the motor control center or electrical enclosure ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum No. 12 AWG shall be used. F. Liquid tight flexible metal conduit in sizes 1-1/2-in and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled)and fastened with plastic tie wraps. SRO Wellfield MV Cable Replacement Grounding System Collier County 16660-2 ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 G. The ground bus in all motor control centers,switchgear, and unit substations shall be connected ,. to the grounding electrode system with a No. 1/0 AWG conductor or as noted on the Drawings. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250 or as shown on the drawings. I. Grounding electrodes shall be installed vertically and not allowed to be deformed or driven at an angle. Where driving is difficult or where rock is encountered, Contractor shall use purpose- designed drilling equipment,install the rod into the drilled hole and backfill around rod using ground enhancement material(GEM)mixed with water to form a slurry in accordance with the Manufacturer's instructions. J. All equipment enclosures,motor and transformer frames, conduits systems, cable armor, t exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. K. Seal exposed connections between different metals with No-Oxide Paint Grade A or equal. L. Lay all underground grounding conductors slack and,where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe,or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. M. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary,jumper wires shall be installed. N. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12 AWG green conductor connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. O. Molds used for welding shall be new. The number of welds made per mold shall not exceed manufacturer's recommendations P. Ground metal poles supporting outdoor lighting fixtures to a supplemental grounding electrode (rod) in addition to the separate equipment grounding conductor run with the supply branch circuit. Q. Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with ground clamp connectors. R. Bond interior mental piping systems and metal air ducts to equipment grounding conductors of associated pumps, fans,blowers,electric heaters and HVAC equipment. Use braided-type bonding straps. S. Ufer Ground(Concrete-Encased Grounding Electrode): Fabricate in accordance with NEC Paragraph 250.52 using a minimum of 20-ft of bare copper conductor not smaller than No. 4 AWG. Where base of foundation is less than 20-ft in length,coil excess conductor within base of concrete foundation. Extend grounding conductor below grade and connect to building grounding grid, ground loop, or grounding electrode external to concrete. SRO Wellfield MV Cable Replacement Grounding System Collier County 16660-3 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 T. Install driven ground rods in manholes and handholes close to wall and set rod depth so 4-in will extend above finished floor. Protect ground rods with double wrapping of pressure- sensitive tape or heat shrunk insulating sleeve from 2-in above to 6-in below concrete floor. Seal floor opening with waterproof, non-shrink grout. Where ground rods are installed outside of manhole or handhole,provide a No. 4/0 AWG bare,tinned copper conductor from ground rod into manhole or handhole through a waterproof sleeve in the wall. Refer to detail on Contract Drawings. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system.Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Engineer. Calibration of test equipment shall be within six months of test. Include calibration date of test equipment on test report. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured(12 minimum)and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Test all grounded cases and metal parts associated with the electrical equipment for continuity with the ground system. H. Submit test results to the Engineer for review. 1. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION SRO Wellfield MV Cable Replacement Grounding System Collier County 16660-4 F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16950 ELECTRICAL SYSTEM TESTING AND SETTINGS PART I GENERAL 1.01 SCOPE OF WORK A. The Contractor shall engage the services of a recognized corporately-and financially- independent testing firm and the equipment manufactures as required for the purpose of performing inspections and tests as herein specified. B. The testing firm shall provide all material, equipment, labor,and technical supervision to perform such tests and inspections. C. It is the purpose of these tests to assure that all tested electrical equipment, both Contractor-and Owner-supplied,is operational and within industry and manufacturer's tolerances and is installed in accordance with design specifications. D. The tests and inspections shall determine suitability for energizing equipment and acceptance. E. Test systems and equipment furnished under Division 16 and repair or replace all defective work and equipment. Refer to the individual equipment sections for additional specific testing requirements. F. Field testing and commissioning shall be performed in accordance with the latest revisions of NETA Standard ATS "Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems" and/or NETA Standard MTS "Maintenance Testing Specifications for "Electrical Power Distribution Equipment and Systems"unless otherwise modified by these Sections. G. A typed test report for each component tested shall be submitted to the Engineer for the project record files as indicated. H. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. I. In addition to the specific testing requirements listed in the individual Sections,perform the additional testing, inspections and adjust settings as specified herein. J. Testing shall be scheduled and coordinated with the Engineer at least 2 weeks in advance. K. Provide qualified test personnel, instruments and test equipment. L. Before proceeding with the energization of equipment,notify the Owner to schedule the start-up of the equipment. M. After energization of equipment and under load,perform infra-red hot spot inspection of 480- volt components. SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950- 1 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1.02 RELATED WORK A. The following Division 16 Sections include testing and settings requirements: 1. Section 16015—Power System Study 2. Section 16120—Wires and Cables(600V and less) 3. Section 16121 —Medium Voltage Cables 4. Section 16350—Medium Voltage Switchgear Maintenance 5. Section 16410—Medium Voltage Unit Substations 6. Section 16431 —Pad Mounted Transformers 7. Section 16660 -Grounding 1.03 SUBMITTALS A. A typed test report for each component shall be submitted and shall include the following as a minimum: 1. Table of Contents 2. Executive summary/project outline 3. Equipment or component tested,results, and recommendations B. Test report shall be submitted in a three ring binder. Three copies shall be furnished. C. Each piece of equipment and component shall be uniquely identified in order to correlate test results. D. Where applicable,each component(i.e.breaker,current transformer, potential transformer,etc.) shall include a technical data sheet that provides the name of each component, location,the major piece of equipment the component is located within, and applicable ratings. E. Where test results could be influenced by weather conditions,these conditions will be recorded. F. The firm doing the testing shall include,in the report,their opinion whether or not the equipment being tested complies with the specification and recommended measures to correct the deficiency.Any discrepancies shall be noted in the concluding summary of the report. G. Test report forms shall be in compliance with NETA standards. H. The test report shall be reviewed and signed by an officer of the firm performing the tests. I. The report shall contain a statement indicating the equipment was tested in accordance with the latest appropriate NETA standard. SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950-2 hF ©2014 CDM Smith 6295-10157, All Rights Reserved Bid Set Feb-14 1.04 APPLICABLE CODES, STANDARDS,AND REFERENCES A. All inspections and tests shall be in accordance with the latest of the following codes and standards except as provided otherwise herein: 1. National Electrical Manufacturers Association-NEMA 2. ASTM International-ASTM 3. Institute of Electrical and Electronic Engineers- IEEE 4. InterNational Electrical Testing Association-NETA Acceptance Testing Specifications (ATS)—Latest Revision 5. InterNational Electrical Testing Association-NETA Maintenance Testing Specifications (MTS)—Latest Revision 6. American National Standards Institute-ANSI C2: National Electrical Safety Code 7. State and local codes and ordinances 8. Insulated Cable Engineers Association-ICEA 9. Association of Edison Illuminating Companies-AEIC 10. Occupational Safety and Health Administration-OSHA 11. National Fire Protection Association-NFPA a. ANSI/NFPA 70:National Electrical Code b. ANSI/NFPA 70B: Electrical Equipment Maintenance c. NFPA 70E: Electrical Safety Requirements for Employee Workplaces d. ANSI/NFPA 780: Lightning Protection Code e. ANSI/NFPA 101: Life Safety Code B. All inspections and tests shall utilize the following references: 1. Project design specifications 2. Project design drawings 3. Project power system study 4. Manufacturer's instruction manuals applicable to each particular apparatus 5. Project list of equipment to be inspected and tested 1.05 QUALITY ASSURANCE A. Qualifications of independent testing firm SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950 -3 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 1. The testing firm shall be a corporately-and financially-independent testing organization which can function as an unbiased testing authority,professionally independent of the manufacturers, suppliers,and installers of equipment or systems evaluated by the testing firm. 2. The testing firm shall be regularly engaged in the testing of electrical equipment devices, installations, and systems. 3. The testing firm shall meet OSHA criteria for accreditation of testing laboratories,Title 29, Part 1907,or be a Full Member company of the InterNational Electrical Testing Association. 4. The lead, on-site,technical person shall be currently certified by the InterNational Electrical Testing Association(NETA)or National Institute for Certification in Engineering Technologies(NICET) in electrical power distribution system testing. 5. The testing firm shall utilize engineers and technicians who are regularly employed by the firm for testing services. Resumes of key staff proposed for the project shall be submitted to the Engineer for review. 6. The testing firm shall submit proof of the above qualifications with bid documents, when requested. 7. The terms used here within, such as test agency,test Contractor,testing laboratory, or Contractor's test company shall be construed to mean the independent testing firm. 1.06 DIVISION OF RESPONSIBILITY A. The Contractor shall perform the routine insulation-resistance, continuity, and rotation tests for all distribution and utilization equipment prior to and in addition to tests performed by the testing firm specified herein. B. The Contractor shall supply a suitable and stable source of electrical power to each test site.The testing firm shall specify the specific power requirements. C. The Contractor shall notify the testing firm when equipment becomes available for acceptance tests. Work shall be coordinated to expedite project scheduling. D. The Contractor is responsible for obtaining the power system study and the Engineer is responsible for approving the power system study.Any equipment that requires trip settings from the power system study shall not be energized until the power system study is approved. E. The Contractor shall notify the Owner/Engineer's representative prior to commencement of any testing. F. Any system, material,or workmanship which is found defective on the basis of acceptance tests shall be reported to the owner/engineer's representative. G. The testing firm shall maintain a written record of all tests and, upon completion of project, shall assemble and certify a final test report. SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950 -4 ©2014 CDM Smith 6295-10157$ d IF All Rights Reserved Bid Set Feb-14 H. Safety practices shall include,but are not limited to,the following requirements: a. Occupational Safety and Health Act(OSHA) b. Accident Prevention Manual for Industrial Operations,National Safety Council(NSC) c. Applicable state and local safety operating procedures d. Owner's safety practices(Lockout/Tagout) e. National Fire Protection Association-NFPA 70E f. National Fire Protection Association—NFPA 79 g. American National Standards for Personnel Protection 1.07 TEST EQUIPMENT REQUIREMENTS A. Suitability of Test Equipment 1. All test equipment shall be in good mechanical and electrical condition. 2. Selection of metering equipment should be based on a knowledge of the waveform of the variable being measured. Digital multimeters may be average or RMS sensing and may include or exclude the dc component. When the variable contains harmonics or dc offset and, in general, any deviation from a pure sine wave, average sensing and average measuring RMS scaled meters may be misleading. Use of RMS measuring meters is recommended. 3. Field test metering used to check power system meter calibration must have an accuracy higher than that of the instrument being checked. 4. Accuracy of metering in test equipment shall be appropriate for the test being performed. 5. Waveshape and frequency of test equipment output waveforms shall be appropriate for the test and tested equipment. B. Test Instrument Standards 1. All equipment used for testing and calibration procedures shall exhibit the following characteristics: a. Maintained in good visual and mechanical condition b. Maintained in safe operating condition 2. Test equipment should have operating accuracy equal to, or better than,the following limits: a. Portable multimeters should be true RMS measuring. b. Multimeters should have the following accuracy limits,or better: 1) AC voltage ranges: .75%+/-3 last single digits @ 60 Hz 2) AC current ranges: .90%+/-3 last single digits @ 60 Hz, including adapters, transducers 3) DC voltage ranges: .25%+/-1 last single digit 4) DC current ranges: .75%+/-1 last single digit 5) Resistance ranges: .50%+/-1 last single digit 6) Frequency range: .10%+/-1 last single digit @ 60 Hz c. Clamp-on ammeters: ac current+/-3%of range+1-1 last single digit @ 60 Hz d. Dissipation/power factor field equipment SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950-5 1 IF ©2014 CDM Smith 6295-101575 All Rights Reserved Bid Set Feb-14 1) +/-0.1%power factor for power factor values up to 2.0% 2) 5%of the reading for power factor values above 2.0% e. Low-range dc resistance equipment: 1.0%of reading,+/-2 last single digits f. Transformer turns-ratio test equipment: 0.5%or better @ 60 Hz g. Ground electrode test equipment: +/-2%of range h. Insulation test sets: 0-1000V dc+/-20%of reading at mid-scale i. Electrical load survey equipment 1) +/-5%total error, including sensors 2) 1%resolution 3) Current transformers+/-2%of range @ 60 Hz 4) Voltage transformers+1-0.5%of range @ 60 Hz j. Liquid dielectric strength test equipment: +/-2%of scale k. Infrared scanning equipment: sensitivity of 2 degrees C 1. Phase shifting equipment:+/-1.0 degree C over entire range m. High-current test equipment: +/-2%of range n. DC high potential test equipment: +/-2%of full scale o. AC high potential test equipment(60 Hz): +/-2%of full scale C. Test Instrument Calibration 1. The testing firm shall have a calibration program which assures that all applicable test instruments are maintained within rated accuracy. 2. The accuracy shall be directly traceable to the National Institute of Standards and Technology. 3. Instruments shall be calibrated in accordance with the following frequency schedule: a. Field instruments: 6 months maximum b. Laboratory instruments: 12 months c. Leased specialty equipment: 12 months(Where accuracy is guaranteed by lessor) d. Dated calibration labels shall be visible on all test equipment. e. Records,which show date and results of instruments calibrated or tested,must be kept up-to-date and available upon request. f. Up-to-date instrument calibration instructions and procedures shall be maintained for each test instrument. g. Calibrating standard shall be of higher accuracy than that of the instrument tested. PART 2 PRODUCTS 2.01 NOT USED PART 3 EXECUTION 3.01 PREPARATION A. Testing shall be scheduled and coordinated with the Owner and Engineer at least 2 weeks in advance. SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950 -6 1 F ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 3.02 ACCEPTANCE TESTING A. Test systems and equipment furnished under Division 16 and repair or replace all defective work and equipment. Refer to the individual equipment sections for additional specific testing requirements. B. Verify all electrical equipment,both Contractor-and Owner-supplied is operational, within industry and manufacturer's tolerances,and is installed in accordance with Contract documents prior to energizing equipment. C. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. D. Provide mechanical inspection,testing and settings of circuit breakers,protective relays, disconnect switches, air interrupter switches,motor starters, overload relays, control circuits and equipment for proper operation. E. Check power and control power fuses for the correct type and ratings. Replace fuses if they are found to be of the incorrect size. F. Check interlocking,control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by control schematic and wiring diagrams. G. Verify all terminations at transformers,equipment, panels and enclosures by producing a 1,2,3 clockwise rotation on a phase sequenced motor when connected to"A","B"and"C"phases. H. Verify correct wire termination positions across tie circuits,transfer switches, or other devices that normally have two sources of three-phase power present by performing a hot phase test. That is,in addition to verifying clockwise rotation, a voltage reading across both incoming circuits should measure zero volts when phase"A"of one source is compared to phase"A"of the other source. I. Check all wire and cable terminations for correct torque requirements. J. Field set all transformer taps as required to obtain the proper secondary voltage. K. Verify all circuit breaker ratings and settings are as required by the Contract Documents or as amended during shop drawing review.Advise the Engineer of discrepancies and make changes as directed by the Engineer. L. Verify grounding of instrumentation equipment and line surge protection equipment. M. Test and calibrate protective relays and circuit breakers.Provide test report. N. Perform testing on medium voltage cables in accordance with Section 16121. Provide test report. O. Perform testing on low voltage power cables in accordance with Section 16120. Provide test report. SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950-7 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 P. Perform testing on ground system in accordance with Section 16660. Provide test report. Q. Where applicable,assist in performing a complete plant power outage test to will demonstrate that the automatic power transfer equipment,individual equipment programming and the plant's process control system reestablishes plant operations in the proper sequence once normal or standby power is established. The test shall be repeated until proper plant restoration is demonstrated. R. Infra red hot spot inspection shall be made of all new and modified 480-volt electrical equipment including but not limited to switchgear,motor control centers,transformers, switches,power and control panels,etc. Provide test report. This shall be done under representative load conditions before the equipment is used by the Owner and again 3 months before expiration of the 1 year warranty period. END OF SECTION SRO Wellfield MV Cable Replacement Electrical System Testing and Settings Collier County 16950- 8 CIF ©2014 CDM Smith 6295-101578 All Rights Reserved Bid Set Feb-14 SECTION 16900 CONCRETE ELECTRICAL DUCT ENCASEMENT PART I GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals required and place concrete encasement around underground electrical ductwork as shown on the drawings and as specified herein. 1.02 RELATED WORK A. All trenching, excavation and backfilling, including gravel and sand bedding and surface restoration shall be as specified in Division 2,but the responsibility of furnishing and installing the material shall be that of this Section. B. Furnishing and installing electrical raceways are specified in Section 16110 and 16600. PART 2 PRODUCTS 2.01 MATERIALS A. Cement, lime, aggregate and all other concrete components shall be as specified in Section 03300 except that aggregate size shall not exceed 3/8-in. Concrete shall have a minimum compressive strength at 28 days of 2500 psi. PART 3 EXECUTION 3.01 GENERAL A. Concrete shall be measured,mixed and placed, and compacted as required in Section 03300 for 2500 psi concrete and as specified below. B. Provide not less than 3-inches of concrete between the outside of a duct and the earth. Provide not less than 2-inches of concrete between adjacent ducts. Refer to drawings for spacing requirements. C. All duct line concrete pours shall be continuous between manholes or handholes and between manholes or handholes and structures. D. Where duct lines pass through concrete walls,concrete envelopes shall be extended through the finished flush with inside surfaces. Watertight construction joints of an approved type shall be provided. SRO Wellfield MV Cable Replacement Concrete Electrical Duct Encasement Collier County 16900- 1 1 . F a,4ti ©2014 CDM Smith 6295-101570 All Rights Reserved Bid Set Feb-14 E. Duct banks shall be reinforced when laid on backfill covering new pipelines, roads,parking lots or any are subject to vehicular traffic. Beneath these areas, install reinforcing bars as shown on the Drawings,extending 10-ft beyond area needing protection. F. Duct lines shall be laid in trenches on mats of gravel not less than 6-inches thick and well graded. G. The minimum cover for duct banks shall be 30-inches. H. All electrical duct banks shall be colored red for safety purposes. Red color shall be raked into the top of the duct bank concrete after the concrete is poured. END OF SECTION SRO Wellfield MV Cable Replacement Concrete Electrical Duct Encasement Collier County 16900-2 11E APPENDIX 11F THIS PAGE INTENTIONALLY LEFT BLANK 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 SECTION 16410 PRE-PURCHASE MEDIUM VOLTAGE UNIT SUBSTATIONS PART I GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to manufacture, assemble, and shop-test two outdoor medium voltage unit substations as specified herein. The substation shall be designed, manufactured and tested in accordance with the latest revision of applicable NEMA, UL and ANSI standards. B. Work scope shall include the start-up services and training of Owner personnel by factory representatives described herein. Storage and installation of the substations shall be provided under a separate contract. C. All units shall be complete from the incoming switch to the outgoing switch. D. The unit substations shall be arranged as indicated on the Drawings. E. All exposed current carrying parts shall be tin plated copper. All cable terminations shall be insulated. F. Each complete unit substation shall be front-aligned. G. The outdoor enclosure, including the incoming and outgoing switches and transformer shall be phosphate cleaned to remove oxide film and painted with electrostatic dry power polyester base paint to 4 mils thick. The enclosures shall be rated NEMA, Type 3R. Unit substations paint color shall be ANSI-61 or ANSI-49 light grey. H. Substation shall be provided with pulling eyes,jacking facilities and lifting lugs on each shipping section to set the substation in place. 1.02 RELATED WORK A. Concrete for equipment pad, assembly of shipping sections, and installation shall be furnished under separate contract. B. Refer to 16410-Figure No. 1 for one line diagram and front elevations. 1.03 BID PROPOSAL INSTRUCTIONS A. The following is a list of requirements the bidder must comply with when his proposal is submitted for evaluation. The base bid shall be for equipment as specified. Any substitutions for specified equipment shall be listed separately as an alternate. Failure to follow instructions may disqualify the bidder. 1. Provide descriptive material sufficient to demonstrate detailed compliance with these specifications. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 1 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 2. Provide outline drawings showing overall dimensions(front,top and side view)of the proposed unit substations. 3. Provide information on manufacturer's standard protective coatings and paint process. 4. Provide estimated weight of each shipping section. 5. Provide transformer losses at no load, 1/2 load and full load. State nominal efficiency with the tolerances stated. 6. Provide telephone number of 24 hour emergency service center and service rates. 7. Provide firm schedule for submittal drawings,equipment delivery and record drawings. 8. Provide base bid price, any alternates and option prices and details. 9. Provide manufacturer's location for witness tests of transformer section 10. Provide manufacturer's location for visual inspection of HVL sections. 11. Specifically state any deviations or exceptions taken with an explanation. 1.04 SUBMITTALS A. Submit three(3)hard copies of submittal documentation for Engineer's review along with one electronic copy in PDF format.No documentation shall be marked as"confidential"or "proprietary". B. Release for manufacture submittal shall include copies of all materials required to establish compliance with this Section. The Engineer shall review and return one(1)hard copy with review comments within three (3)weeks after receipt of the submittal. The review code "APPROVED"or"APPROVED AS NOTED"by the Engineer shall allow for release to manufacture. Engineer's review is for general conformance and does not relieve the manufacturer of compliance with the specifications.All corrections required by the Engineer shall not delay committed delivery date. Information required shall include the following: 1. Copy of this specification confirming compliance with each paragraph. Exceptions to this specification shall be clearly noted. 2. Complete bill of materials including spare parts provided. 3. Complete equipment shop drawings showing all important details of construction, ratings, conduit entrances, dimensions,weights, wiring connection points, anchor bolt locations, and lift points. Project specific shop drawings shall include: a. Include general overall arrangement plan and elevations. b. Single line and/or three line diagrams c. Elementary control diagrams and schematics SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 2 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 d. Nameplates 4. Descriptive literature, bulletins and/or catalogs of the equipment 5. Installation instructions 6. Manufacturer's warranty. C. Factory test results. D. Training plan. E. Field start-up and field test reports. F. Operation and Maintenance manual shall be submitted in a three ring binder and a computer disk in PDF format. Manual include information to adequately receive, store, handle, inspect, install, and safely operate and maintain the equipment. The manual shall not necessarily be limited to,but shall include as a minimum the following: 1. Contact information for local service. 2. Information from item B above, updated with the as built/record drawing including point-to-point compartment wiring diagrams. 3. Manufacturers operation and/or maintenance instructions for all major components 1.05 REFERENCE STANDARDS A. American National Standards Institute(ANSI) B. Institute of Electrical and Electronics Engineers(IEEE) C. National Electrical Manufacturers Association(NEMA) D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.06 MAINTENANCE A. Provide the following spare parts in the quantities specified: 1. For each HVL fused switch, provide three (3)spare fuses. 2. Three dozen each of cover bolts, cage nuts and door fasteners. 3. One quart of touch-up paint. 4. Three(3)control power fuses of each size. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 3 1IF ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of the package. Identify each item with manufacturer's name,description and part number. 1.07 QUALITY ASSURANCE A. The unit substations shall be branded under the name of one manufacturer who shall also be the manufacturer of the HVL switches. B. All sections and devices shall be UL listed and labeled. C. The unit substations shall be ABB, Schneider Electric/Square D Company, or Eaton. 1.08 DELIVERY, STORAGE AND HANDLING A. Package the equipment for maximum protection during delivery and storage. B. Each box or section shall be clearly marked with the factory order and contents. PART 2 PRODUCTS 2.01 MEDIUM VOLTAGE SWITCHES (INCOMING AND OUTGOING) A. Ratings: 1. Each incoming switch shall be designed for 4,160-volt, 3-phase, 3-wire,60-Hertz service. 2. Each outgoing switch shall be designed for 13,200-volt, 3-phase,3-wire, 60-Hertz service. B. Switch: 1. The switch shall be fused or non-fused as indicated on the one line drawing. 2. The switch shall be 3-pole, load break, air interrupter, front operable,gang operated, stored energy closing and opening. 3. The switch shall be equipped with arc chutes and barriers between poles and the rear cable compartment. C. The switch shall have the following rating: 1. Continuous and interrupting ratings shall be 600 Amps. 2. Momentary and fault-close ratings shall be 40,000 Amps asymmetrical. D. Buses: 1. Buses shall be tin plated copper rated not less than 600 Amps. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 4 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 2. Each bus bar shall be totally-enclosed with insulating material. 3. Ground bus running the full length of the enclosure in the rear. 4. A ground bar with grounding lugs for the incoming cable and connections to the ground grid system shall be furnished. E. Construction: 1. Front of switches shall be door in door construction. 2. Front panels over switches, fuses and CPT's shall be hinged. Rear panels over power cable entrance cubicles shall be hinged. Doors that are not Kirk®key interlocked shall be capable of being padlocked. Exterior rear and front doors shall use door handle mechanism with padlocking capability. Switches shall be capable of being padlocked in the open or closed position. 3. The primary switch shall consist of one or more metal enclosed cubicles and one termination cubicle. One cubicle shall contain a two-position switch with stored energy mechanism for both closing and opening. 4. The power cable termination cubicle shall be in the rear and house the medium voltage cable connection lugs. 5. If shown on the one line drawing,the cubicle shall have a separate compartment below the switch suitable for a set of self-contained power fuses. 6. If shown on the one line drawing,the cubicle shall have a separate compartment below the switch for a control power transformer(CPT). 7. All switch and fuse enclosures shall include internal barriers to fully isolate switches from each other, from the fuses or control power transformer,and from the rear cable termination compartments. Barriers between devices shall be of rigid non tracking, flame resisting, self extinguishing,non hygroscopic insulating material. When it is necessary to take bus or cable connections through barriers,close fitting insulating sleeves or bushings shall be provided. Provide insulating interphase barriers between the current limiting fuses and different phases of high voltage primary. 8. Viewing windows for visual inspection of switch blade positions shall be furnished. Minimum window size 120 square inches. 9. The fuse/CPT compartment door shall be interlocked so that the door may not be opened unless the switch is opened. The fuse/CPT compartment shall be at the bottom of the enclosure. 10. The switch cubicle(s) shall have a thermostatically controlled 120V heater, unswitched, to prevent condensation,with control power generated from the unit substation. 11. Conduits shall enter the terminal compartment from below. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 5 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 F. Key Interlocks 1. Provide Kirk®key interlock(no substitution)to prevent opening of fuse/CPT compartment unless switch is open. 2. Provide Kirk®key interlock(no substitution)to prevent opening of the incoming switch unless the outgoing switch is open. G. Fuses 1. Fuse holders for current limiting fuses shall be provided to accommodate power fuses similar to or equal to General Electric Co. Type EJ 1, 15 kV class. 2. Current limiting fuses shall have a minimum short circuit rating of 40,000 amperes rms symmetrical. 3. Fuse clips shall utilize a clip lock design by Ferraz Shawmut or equivalent to provide high-pressure contact with the fuse ferrule and locking the fuse into position. 4. Fuse size as shown on the one line drawing. H. Accessories: 1. Control power transformer(4160V to 120V), fused on primary and secondary for 120VAC space heaters. 2. Provide engraved, laminated phenolic nameplates (black letters on a white background) attached with stainless steel screws. Nameplate to identify each switch compartment. Nameplates shall be approximately 2" x 3". Lettering on the switch shall identify source, and voltage,with designation provided during submittal review. 2.02 TRANSFORMER SECTION(STEP-UP) A. The transformer shall be close-coupled to the incoming and outgoing line switches. B. The transformer shall be of solid-cast, dry-type construction,mounted in a suitable ventilated NEMA 4 outdoor enclosure. Square D Power-Cast II or equivalent. C. Transformer shall comply with all applicable portions of NEMA TR-1 and IEEE C57.12.01. D. The average temperature rise of the transformer windings shall not exceed 80°C when the transformer is operated at full nameplate rating in a 40°C maximum, 30°C average ambient as defined by IEEE C57.12.01. Insulation system shall be rated for 185°C. E. The transformer ratings shall be as follows: 1. Capacity: 500 kVA AA, 3-phase,60 Hertz 2. Impedance: 5.75%nominal 3. Primary Voltage: 4,160V, delta 4. Primary BIL: 60 kV 5. Secondary Voltage: 13,200V, delta SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 6 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 6. Secondary BIL: 110 kV F. The primary winding shall include four 2-1/2 percent fully rated KVA taps,two above and two below rated primary voltage. Taps shall be brought out through studs complete with bolted flexible links for de-energized tap changing operation. Tap number positions shall be stamped into the tap connection point.No stick on labels are allowed. G. Both high and low voltage windings shall be of copper conductors. High and low voltage windings shall each be separately cast as one rigid tubular coil, and arranged coaxially. Each cast coil shall use a mineral-filled epoxy reinforced with fiberglass mat, and cast under vacuum in a mold to provide complete,void-free resin impregnation through the entire insulation system. The coil supports shall maintain constant pressure during thermal expansion and contraction of the coils. There shall be no rigid mechanical connection between high and low voltage coils. H. The windings must not absorb moisture and shall be suitable for both storage and operation in adverse environments, including prolonged storage in 100%humidity at temperatures from minus 30°C to plus 40°C and shall be capable of immediately being switched on after such storage without pre-drying. I. The impulse rating of the high voltage windings must be at least equal to the basic impulse level(BIL)specified by IEEE C57.12.00 for liquid-filled distribution transformers of the same voltage class,without the use of supplemental surge arresters. J. Transformer core shall be of high grade,grain-oriented silicon steel which has been slit, sheared,and annealed at the transformer manufacturer's plant,to relieve stress and to be burr- free. Boltless core construction shall be employed to provide rigidity and strength,to reduce stress on the laminations and flux concentration in the core. The outer surfaces of the core steel shall be coated with a moisture-resisting material to prevent atmospheric corrosion. K. Enclosures shall be constructed of heavy gauge sheet metal with flanges to mate with incoming and outgoing sections. The cabinet shall have a minimum of four removable panels. Removable panels shall have handles. L. The base shall be constructed to permit rolling or skidding in any direction, and shall be equipped with jacking pads designed to be flush with the transformer enclosure. M. Accessories: 1. Diagrammatic stainless steel nameplate mounted on the front enclosure panel. 2. Engraved, laminated phenolic nameplate(black letters on a white background)attached with stainless steel screws. Nameplate to identify unit substation.Nameplate shall be approximately 2" x 3". 3. Removable center panel for access to primary taps. 4. Three winding temperature detectors. Detector inputs to temperature indicator mounted on transformer enclosure.Hottest spot detector with maximum temperature indication on an indicator calibrated in degrees Celsius with contacts for remote alarm. 5. Vibration Eliminators to isolate the core and coil structure from the enclosure and base structure. Bond the core and coil structure to the enclosure and base structure with flexible bus. 6. Ground bus running the full length of the enclosure in the rear. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410-7 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 7. Provide 120VAC space heater and thermostat. 8. Provide primary and secondary side distribution class lightning arresters for each phase. Lightning arrester shall be enclosed in polymer housing. a. Rated 5.1 kV for 4160V(incoming system is resistance grounded) b. Rated 15 kV for 13.2kV side N. The following standard factory tests shall be run on each unit manufactured and shall be made in accordance with the latest revision of ANSI Test Code for Transformers, C57.12.91. Provide Engineer a minimum two(2)week notice prior to testing in order to attend and witness tests. 1. Resistance measurements of all windings on the rated voltage connection. 2. Ratio test on the rated voltage connection and on all panel connections. 3. Polarity and phase relation tests on the rated voltage connection. 4. No load loss at rated voltage on the rated voltage connection. 5. Exciting current at rated voltage on the rated voltage connection. 6. Impedance and load loss at rated current on the rated voltage connection of each unit. 7. Applied potential tests. 8. Induced potential test. 9. The transformer windings must be free of partial discharge up to at least 1.2 times the rated line-to-ground voltage. Each high voltage coil shall be subjected to a partial discharge test to verify its partial discharge. 2.03 SURFACE PREPARATION AND SHOP COATINGS A. All non current carrying metal parts of the substation assembly shall be cleaned of all weld spatter and other foreign material and given a hot iron phosphate chemical treatment. B. Manufacturer's standard procedures and processes shall be utilized. C. Entire outdoor assembly shall be either all ANSI 61 or all ANSI 49. D. Provide two coats of bitumastic paint on underside of all metal parts that will be in contact with the concrete pad when the substation is installed. 2.04 FACTORY WITNESS AND INSPECTIONS A. Engineer and/or Owner shall inspect the equipment,prior to shipment, at the point of manufacture. Engineer and/or Owner shall pay for their own travel expenses. Inspection shall consist of: 1. Physical inspection of HVL sections 2. Physical inspection of transformer section 3. Witness transformer factory tests B. Supplier to notify Engineer at least one week in advance of the date of availability for inspection and tests. C. Inspection by Engineer, or the waiver of such inspection, shall in no way relieve the Supplier of any of his obligations to fully comply with these specifications. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 8 hF ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 PART 3 EXECUTION 3.01 INSTALLATION A. The substation shall be assembled and installed by an electrical contractor under a separate contract. 3.02 FIELD SERVICE ENGINEERING A. Provide field service engineering as described in this section. Service shall be conducted by a competent and qualified field service engineer(s)of the manufacturer or his representative, who is regularly engaged in working on this type of equipment. There are three distinct functions that the field service engineer will be required to perform. They are pre-energization checkout,training of Owner personnel, and energization checkout. B. Coordinate all field visits with the installation electrical contractor. C. Notify the Engineer at least 2 weeks prior to scheduling any testing. D. Pre-energization checkout shall be in accordance with NETA Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems along with the manufacturer's instructions. As a minimum include the following: 1. Check that the assembly is complete and correct 2. Apply potential tests to check for damaged insulation 3. Check current and voltage transformers for correct ratios and polarities 4. Check continuity of all circuits 5. Check and adjust mechanical operations of all components including key interlocks 6. Ground resistance test. 7. Insulation power factor and resistance test for surge arresters. 8. Phasing check. 9. Check accuracy of shop drawings against actual equipment E. Training of Owner personnel shall be prior to energization and include classroom as well as hands on training of the new equipment. The Operation and Maintenance manuals are to be available for use during training. Submit training plan for approval prior to scheduling training.Refer to paragraph 3.03. F. Energization checkout shall be in accordance with the manufacturer's instructions and as a minimum include the following: 1. Confirmation and setting of all protective devices per latest power system study. 2. Confirmation of correct voltage,phasing, and rotation. G. Field service reports shall be submitted to the Engineer for review within fourteen(14)days after service is provided. H. In the event of an equipment fault,notify the Engineer immediately.After the cause of the fault has been identified and corrected,a joint inspection of the equipment shall be conducted by the Contractor, Engineer, Owner and the equipment manufacturer's factory service technician. Repair or replace the equipment as directed by the Engineer and Owner prior to placing the equipment back into service. SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410-9 11F ©2014 CDM Smith 6295-101578 All Rights Reserved Feb-14 3.03 OWNER'S TRAINING BY FIELD SERVICE ENGINEERING A. The cost of training programs to be conducted with Owner's personnel shall be included in the Bid Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. B. Provide detailed O&M manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. C. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of each system. D. All training schedules shall be coordinated with and at the convenience of the Owner. Shift training may be required to correspond to the Owner's working schedule. E. Owner's attendees will include non-electrical personnel(for safety awareness of the new equipment)and electrical and maintenance personnel. Training will be conducted at the Owner's facility using a classroom and the actual equipment. F. Six weeks prior to energization, submit an overview of the proposed training plan. This overview shall include: 1. Training objectives and personnel requirements. 2. Course outline and expected duration. 3. Resumes of the instructors who will actually implement the plan. 4. Proposed schedule for training. G. The Engineer will review the training plan submittal with the Owner. H. Coordinate training schedule with the installation Contractor. END OF SECTION SRO Wellfield MV Cable Replacement Pre-Purchase Medium Voltage Unit Substations Collier County 16410- 10 11F • N Cl) 4 > O Z E c m � W o o LL c c p rn m 5 a) c J a) C O z 0 z 0 N W m J E N W Z Z C H J O z Z O CC LL LL I I $i I I A I� a 2 Jj y a 4 �� , I I t W `� a Z QQ ce dd z I I I I o 19 1 I I I I s vy 11F• Z 3 LL Y Q Z 0 F F Z 19 2 H hF EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Paul Moriarty Construction Superintendent Lou Gaudio Project Manager 91 1TB 14-6270 S RO Wellfield Voltage Cable Replacement