(solicitation no. 17- cmg-b-009) may 30, 2017 · sealed bids for the ashley river elementary school...

258
1 INVITATION FOR BIDS Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17- CMG-B-009) will be received from qualified bidders, properly licensed under the laws of the State of South Carolina, opened and read aloud by the Owner and Program Manager at the Office of Cumming Construction Management, Inc., 3820 Faber Place Drive, Suite 600, N. Charleston, SC 29405 on May 30, 2017 at 3:00 p.m. Bids received after 3:00 p.m. will be rejected and returned to the Bidder unopened. Project Name: Ashley River Elementary School – Power Distribution System Improvements Pre-Bid Date & Time: May 19, 2017 @ 10:00 a.m. Bid Date & Time: May 30, 2017 @ 3:00 p.m. Bid Opening Location Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, SC 29405 Project Address: 1871 Wallace School Road Charleston, SC 29407 The Owner is: Charleston County School District 3999 Bridgeview Drive N. Charleston, SC 29405 The Architect/Engineer is: Owens & Associates 1007 Lake Hunter Circle Mt. Pleasant, SC 29464 P (843) 849-6457 Attention: Miles Jordan The Program Manager is: Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, SC 29405 Telephone: (843) 203.2900 FAX: (843) 760.6880 Contact: Rodney Alexander Scope of work includes, but is not limited to: The scope of work is to replace the existing power distribution system, gymnasium lighting and associated lighting controls. The Owner has retained the services of a Program Manager to represent the Owner's interest during the construction of the work. Bidding Documents will be available for inspection at the offices of Cumming Construction Management, Inc., Program Manager and also available for online viewing at Duncan Parnell, Inc. (dpibidroom.com) on Thursday, May 11, 2017 . Bidders may also order plans and specifications from Duncan-Parnell, Inc. for the cost of reproduction.

Upload: trantuyen

Post on 06-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

1

INVITATION FOR BIDS Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009) will be received from qualified bidders, properly licensed under the laws of the State of South Carolina, opened and read aloud by the Owner and Program Manager at the Office of Cumming Construction Management, Inc., 3820 Faber Place Drive, Suite 600, N. Charleston, SC 29405 on May 30, 2017 at 3:00 p.m. Bids received after 3:00 p.m. will be rejected and returned to the Bidder unopened. Project Name: Ashley River Elementary School – Power Distribution System Improvements Pre-Bid Date & Time: May 19, 2017 @ 10:00 a.m. Bid Date & Time: May 30, 2017 @ 3:00 p.m. Bid Opening Location Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, SC 29405 Project Address: 1871 Wallace School Road Charleston, SC 29407

The Owner is: Charleston County School District 3999 Bridgeview Drive N. Charleston, SC 29405 The Architect/Engineer is: Owens & Associates

1007 Lake Hunter Circle Mt. Pleasant, SC 29464 P (843) 849-6457 Attention: Miles Jordan

The Program Manager is: Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, SC 29405 Telephone: (843) 203.2900 FAX: (843) 760.6880 Contact: Rodney Alexander Scope of work includes, but is not limited to: The scope of work is to replace the existing power distribution system, gymnasium lighting and associated lighting controls. The Owner has retained the services of a Program Manager to represent the Owner's interest during the construction of the work. Bidding Documents will be available for inspection at the offices of Cumming Construction Management, Inc., Program Manager and also available for online viewing at Duncan Parnell, Inc. (dpibidroom.com) on Thursday, May 11, 2017. Bidders may also order plans and specifications from Duncan-Parnell, Inc. for the cost of reproduction.

Page 2: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

2

Addenda notifications are sent via email from the mail account of “[email protected]” and could be flagged as spam by your company network firewall. Bidder / Offeror shall be responsible for the following: To prevent not receiving timely notification of these addenda, please contact your company Information Technology Manager and ask that he “white list” the domain of dpibidroom.com to prevent emails from being captured. All bids are to be accompanied by a bid bond or certified check of not less than five percent (5%) of the base bid. Bid securities of the three low bidders will be retained until Contract award and execution. Bids will be binding for a period of sixty (60) calendar days from the date bids are opened. The successful bidder will be required to furnish Performance Bond and Labor and Materials Bond in the amount of one hundred percent (100%) of the Contract Amount. Bids are to be submitted on the bid form provided, enclosed in a sealed opaque envelope bearing the name and address of the bidder, contractor's license number, identification of contract being bid and name of project. All bids must comply with the laws of the State of South Carolina. Pre-Bid Conference: May 19, 2017 @ 10:00 a.m. Location: Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, SC 29405 THE OWNER RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, WAIVE INFORMALITIES AND AWARD THE CONTRACT IN THE BEST INTEREST OF THE OWNER. Robin McNeal Procurement Services Officer Charleston County School District

Page 3: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

May 8, 2017

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM

IMPROVEMENTS

BID DOCUMENTS OWNER Charleston County School District

3999 Bridgeview Drive North Charleston, SC 29405

PROGRAM Cumming Construction Management, Inc. MANAGER 3820 Faber Place Drive, Suite 600

North Charleston, SC 29405 P (843) 203-2900

ENGINEER Owens & Associates 1007 Lake Hunter Circle Mount Pleasant, SC 29464 P (843) 843-6457

Page 4: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 5: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 000100

TABLE OF CONTENTS

TABLE OF CONTENTS 000100

1

DIVISION 00 PROCUREMENT and CONTRACTING REQUIREMENTS

SECTION # TITLE

000100 Table of Contents 000101 Project Title Page 000107 Seals Page 000115 List of Drawings 001116 Invitation for Bids/Bid Form 002113 Instructions for Bidders 002200 Supplementary Instructions – Special Conditions 004300 Submittal of Substitutions 005200 Contract Documents INSERT AIA Document A107 - 2007 Standard Form of Agreement Between Owner and

Contractor for a Project of Limited Scope, Program Manager as Adviser Edition

DIVISION 01 GENERAL REQUIREMENTS

012100 Allowances 012200 Unit Prices 012300 Alternates 012600 Contract Modification Procedures 012900 Payment Procedures 012973 Schedule of Values 013119 Project Meetings 013201 Project Schedule 013300 Submittal Procedures 014100 Regulatory Requirements 014126 Permits and Rights-of-Way 014200 References 014500 Quality Control 014700 Cleaning 015000 Temporary Facilities 016600 Product Storage and Handling Requirements 017123 Field Engineering 017329 Cutting and Patching 017700 Closeout Procedures INSERT Closeout Procedures Checklist 017823 Operations and Maintenance Data 017836 Warranties and Bonds 017839 Project Record Documents

Page 6: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 000100

TABLE OF CONTENTS

TABLE OF CONTENTS 000100

2

DIVISION 26 ELECTRICAL

260501 General Electrical 260503 Basic Materials and Methods 260519 Wire and Cables 260526 Grounding 260529 Supporting Devices 260533 Conduit 260534 Electrical Boxes 260850 Third Party Testing of Electrical Systems 262416 Panel Boards 262701 Service and Metering 262726 Wall Switches 262727 Receptacles 262813 Fuses 262816 Motor & Circuit Disconnects 264313 External TVSS SPD 265100 Lighting Fixtures

END OF TABLE OF CONTENTS

Page 7: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 000101

PROJECT TITLE PAGE

PROJECT TITLE PAGE 000101

1

OWNER Charleston County School District 3999 Bridgeview Drive N. Charleston, SC 29405

PROGRAM Cumming Construction Management, Inc. MANAGER 3820 Faber Place Drive, Suite 600

North Charleston, SC 29405 P (843) 203-2900 F (843) 760-6880 Attention: Rodney Alexander [email protected]

ARCHITECT Owens & Associates 1007 Lake Hunter Circle Mount Pleasant, SC 29464 P (843) 849-6457 F (843) 849-6551 Attention: Mile Jordan [email protected]

END OF SECTION

Page 8: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 9: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 000107

SEALS PAGE

SEALS PAGE 000107

1

ELECTRICAL ENGINEER Miles Jordan. P.E. SC registration # _22798_

05/09/17 

Page 10: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 11: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 000115

LIST OF DRAWINGS

LIST OF DRAWINGS 000115

1

1.0 GENERAL

1.1 Drawings Accompanying Specifications: The following Drawings bearing Architect's Commission Number dated and entitled

END OF SECTION

Electrical Drawings: CoverE1 Demolition and New Work PlansE2 Power Distribution Schedules and DetailsE3 Lighting Schedules and Details

Page 12: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 13: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

INVITATION FOR BIDS/BID FORM SECTION 001116

Solicitation Number Date Issued

Procurement Official Phone

E-Mail Address

17-CMG-B-009May 11, 2017 Robin McNeal 843-566-1809 robin_mcneal@charles ton.k12.sc.us

DESCRIPTION: ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

The Term "Offer" Means Your "Bid" or "Proposal".

SUBMIT OFFER BY: May 30, 2017 @ 3:00 P.M. QUESTIONS MUST BE RECEIVED BY: May 23, 2017 @ 2:00 P.M EDT via above e-mail NUMBER OF COPIES TO BE SUBMITTED: One (1) original and One (1) copy (marked 'copy')

Offers must be submitted in a sealed package. Solicitation Number & Opening Date must appear on package exterior. SUBMIT YOUR SEALED OFFER TO: Construction Procurement Services c/o Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 North Charleston SC 29406 See "Submitting Your Offer" provision

CONFERENCE TYPE: Pre-Bid Conference DATE & TIME: May 19, 2017 @ 10:00 A.M.

As appropriate, see "Conferences - Pre-Bid/Proposal" & "Site Visit" provisions

LOCATION: Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, SC 29405

AWARD & AMENDMENTS

Award will be posted at the Physical Address stated above on May 26, 2017. The award, this solicitation, and any amendments will be posted at the following web address: www.ccsdschools.com

You must submit a signed copy of this form with Your Offer. By submitting a bid or proposal, You agree to be bound by the terms of the Solicitation. You agree to hold Your Offer open for a minimum of sixty (60) calendar days after the Opening Date. NAME OF OFFEROR (Full legal name of business submitting the offer) OFFEROR'S TYPE OF ENTITY:

(Check one)

□ Small (15 employees of less)□ Women□Minority□ Other _________________________

(See "Signing Your Offer" provision.)

AUTHORIZED SIGNATURE

(Person signing must be authorized to submit binding offer to enter contract on behalf of Offeror named above.)

TITLE (Business title of person signing above)

PRINTED NAME (Printed name of person signing above) DATE SIGNED

Instructions regarding Offeror's name: Any award issued will be issued to, and the contract will be formed with, the entity identified as the offeror above. An offer may be submitted by only one legal entity. The entity named as the offeror must be a single and distinct legal entity. Do not use the name of a branch office or a division of a larger entity if the branch or division is not a separate legal entity, i.e., a separate corporation, partnership, sole proprietorship, etc. STATE OF INCORPORATION (If offeror is a corporation, identify the state of Incorporation.)

TAXPAYER IDENTIFICATION NO.

(See "Taxpayer Identification Number" provision)

SOUTH CAROLINA GENERAL CONTRACTOR LICENSE NO.

Page 14: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

2

PAGE TWO (Return Page Two with Your Offer)

HOME OFFICE ADDRESS (Address for offeror's home office / principal place of business)

NOTICE ADDRESS (Address to which all procurement and contract related notices should be sent.)

Area Code Number Extension Facsimile

E-mail Address

PAYMENT ADDRESS (Address to which payments will be sent.) ORDER ADDRESS (Address to which purchase orders will be sent)

Payment Address same as Home Office Address Payment Address same as Notice Address (check only one)

Order Address same as Home Office Address Order Address same as Notice Address (check only one)

ACKNOWLEDGMENT OF AMENDMENTS

Offerors acknowledges receipt of amendments by indicating amendment number and its date of issue.

See "Amendments to Solicitation" Provision

Amendment No.

Amendment Issue Date

Amendment No.

Amendment Issue Date

Amendment No.

Amendment Issue Date

Amendment No.

Amendment Issue Date

DISCOUNT FOR PROMPT PAYMENT

10 Calendar Days (%) 20 Calendar Days (%) 30 Calendar Days (%) _____Calendar Days (%)

Page 15: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

3

Solicitation Outline

I. Scope of Solicitation II. Instructions to Offerors

A. General InstructionsB. Special Instructions

III. Scope of Work / SpecificationsIV. Information for Offerors to SubmitV. Qualifications VI. Award CriteriaVII. Terms and Conditions

A. GeneralB. Special

VIII. Bid Form/Cost ProposalIX. Attachments to Solicitation

Page 16: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

4

I. Scope of Solicitation

Sealed bids for ASHLEY RIVER ELEMENTARY SCHOOL - POWER DISTRIBUTION SYSTEM IMPROVEMENTS (Solicitation No. 17-CMG-B-009) will be received from General Contractors properly licensed under the laws of the State of South Carolina, opened and read aloud by the Owner in the office of Cumming Construction Management, Inc., 3820 Faber Place Drive, Suite 600, N. Charleston, SC 29405, on May 30, 2017 @ 3:00 p.m. Bids received after 3:00 PM will be rejected and returned to the Bidder unopened.

The name of the project is: ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

Address: 1871 Wallace School Road, Charleston, SC 29407

The Owner is: Charleston County School District 3999 Bridge View Drive North Charleston, South Carolina 29405

The Program Manager is: Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 N. Charleston, South Carolina 29405 Telephone: (843) 203.2900 Email Address: [email protected]

Project Manager: Rodney T. Alexander

II. Instructions to Offerors

A. General Instructions

DEFINITIONS Except as otherwise provided herein, the following definitions are applicable to all parts of the solicitation. For additional definitions, see the terms and conditions below.

1. Amendment - means a document issued to supplement the original solicitation document.2. Board - means the Charleston County School District Board of Trustees.3. Buyer - means the Procurement Official.4. Change Order - means any written alteration in specification, delivery point, rate of delivery, period

of performance, price, quantity, or other provisions of any contract accomplished by mutualagreement of the parties of the contract.

5. Contract Modification - means a written order signed by the Procurement Official, directing thecontractor to make changes which the changes clause of the contract authorizes the ProcurementOfficial to order with the consent of the contractor.

6. Contractor – means the Offeror receiving an award as a result of this solicitation.7. Cover Page - means the top page of the original solicitation on which the solicitation is identified by

number. Offerors are cautioned that. Amendments may modify information provided on the CoverPage.

8. District - means Charleston County School District.9. Offer - means the bid, or proposal submitted in response to this solicitation. The terms “Bid” and

“Proposal” are used interchangeably with the term “Offer.”10. Offeror - means the single legal entity submitting the offer. The term “Bidder” is used

interchangeably with the term “Offeror.” See bidding provisions entitled “Signing Your Offer” and“Bid/Proposal as Offer to Contract.”

Page 17: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

5

11. Page two – means the second page of the original solicitation, which is labeled Page Two. 12. Procurement Official - means the person, or designee, identified as such on the Cover Page. 13. Solicitation - means this document, including all its parts, attachments, and any Amendments. 14. Subcontractor - means any person having a contract to perform work or render service to Contractor

as a part of the Contractor’s agreement arising from this solicitation 15. You And Your - means Offeror.

AMENDMENTS TO SOLICITATION (a) The Solicitation may be amended at any time prior to opening. The Solicitation may be amended at any time prior to opening. It is solely the responsibility of the Offeror to ensure that it has received all pre-bid addenda. Failure to acknowledge each pre-bid addendum may render the Offer nonresponsive. All actual and prospective Offerors should monitor the following web site for the issuance of Amendments: http://www.ccsdschools.com/divisions/finance/contracts_and_procurement_office/construction (business services/contracts and procurement). (b) Bidders shall acknowledge receipt of any Amendment to this solicitation (1) by signing and returning the Amendment, (2) by letter, or (3) by submitting a bid that indicates in some way that the bidder received the Amendment. Addenda notifications are sent via email from the mail account of “[email protected]” and could be flagged as spam by your company network firewall. Bidder / Offeror shall be responsible for the following: To prevent not receiving timely notification of these addenda, please contact your company Information Technology Manager and ask that he “white list” the domain of dpibidroom.com to prevent emails from being captured. AWARD NOTIFICATION Notice regarding any award or cancellation of award will be posted at the location specified on the Cover Page. If the contract resulting from this Solicitation has a total or potential value in excess of fifty thousand dollars or more, such notice will be sent to all Offerors responding to the Solicitation. Should the contract resulting from this Solicitation have a total or potential value of one hundred thousand dollars or more, such notice will be sent to all Offerors responding to the Solicitation and any award will not be effective until the eleventh day after such notice is given. BID / PROPOSAL AS OFFER TO CONTRACT By submitting the District a signed Bid and/or Proposal, you are offering to enter into a contract with Charleston County School District and agreeing to all terms and conditions provided herein. Your bid and/or proposal as well as the terms and conditions of this solicitation will become part of any contract created as a result of this solicitation. THEREFORE, ANY OBJECTION TO THE TERMS AND CONDITIONS CONTAINED HEREIN MUST BE ADDRESSED WITH THE DISTRICT PRIOR TO SUBMITTAL OF YOUR BID AND/OR PROPOSAL. SUCH OBJECTIONS MUST BE SUBMITTED IN WRITING AS DESCRIBED HEREIN FOR ANY INQUIRIES. Without further action by either party, a binding contract shall result upon final award. Any award issued will be issued to, and the contract will be formed with, the entity identified as the Offeror on the Cover Page. An Offer may be submitted by only one legal entity; “joint bids” are not allowed. BID ACCEPTANCE PERIOD In order to withdraw your Offer after the minimum period specified on the Cover Page, you must notify the Procurement Official in writing. BID IN ENGLISH & DOLLARS Offers submitted in response to this solicitation shall be in the English language and in US dollars, unless otherwise permitted by the solicitation. BOARD AS PROCUREMENT AGENT (a) Authorized Agent. All authority regarding the conduct of this procurement is vested solely with the responsible Procurement Official. Unless specifically delegated in writing, the Procurement Official is the only District official authorized to bind the District with regard to this procurement. (b) Purchasing Liability. The Procurement Official acts on behalf of Charleston County School District pursuant to the Charleston County School District Procurement Code. Any purchase orders awarded as a result of this procurement are between the Vendor and the District. The Board is not a party to such purchase orders, unless and to the extent that the Board is a using District unit, and bears no liability for any party’s losses arising out of or relating in any way to the purchase order. CERTIFICATION REGARDING DEBARMENT AND OTHER RESPONSIBILITY MATTERS (a)

(1) By submitting an Offer, Offeror certifies, to the best of its knowledge and belief, that (i) Offeror and/or any of its Principals

Page 18: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

6

(A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by a state or federal agency;

(B) Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or destruction of records, making false statements, tax evasion, or receiving stolen property; and

(C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (A) (1) (i) (B) of this provision.

(ii) Offeror has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any public (federal, state, or local) entity.

(2) ‘Principals.” For the purpose of this certification, means Officials; directors; owners; partners; and, persons

having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions).

(b) Offeror shall provide immediate written notice to the Procurement Official if, at any time prior to contract award,

Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) If Offeror is unable to certify the representations stated in paragraphs (a) (1), Offeror must submit a written

explanation regarding its inability to make the certification. The certification will be considered in connection with a review of the Offeror’s responsibility. Failure of the Offeror to furnish additional information as requested by the Procurement Official may render the Offeror non-responsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to

render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was

placed when making award. If it is later determined that the Offeror knowingly or in bad faith rendered an erroneous certification, in addition to other remedies available to the District, the Procurement Official may terminate the contract resulting from this solicitation for default.

CODE OF LAWS AVAILABLE The Charleston County School District Procurement Code is available at http:www.ccsdschools.com/financial services/contracts and procurement. COMPLETION OF FORMS/CORRECTION OF BIDS AND/OR ERRORS All prices, entries and notations should be printed in ink or typewritten on the forms provided herein. Any change to the bid information including, but not limited to, changes to bid pricing or correction of errors or information must be made by crossing out the original entry, entering the change or correction on the bid form or appropriate attachment, and initialing same. Any alteration of the Offer must be made on the bid form or attachments provided herein and must be initialed by the person signing the bid. Any other alterations may result in the Offer being deemed nonresponsive. (Alterations are not allowed elsewhere in the solicitation, on the face of the envelope submitting the Offer, or otherwise.) DEADLINE FOR SUBMISSION OF OFFER Any offer received after the Procurement Official or designee has declared that the time set for opening has arrived, shall be rejected unless the offer has been delivered to the designated purchasing office prior to the bid opening. DRUG FREE WORK PLACE CERTIFICATION By submitting an Offer, Contractor certifies that, if awarded a contract, Contractor will comply with all applicable provisions of the Drug-Free Workplace Act, Title 44, Chapter 107 of the South Carolina Code of Laws, as amended. DUTY TO INQUIRE Offeror, by submitting an Offer, represents that it has read and understands the Solicitation and that its Offer is made in compliance with the Solicitation. Offerors are expected to examine the Solicitation thoroughly and

Page 19: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

7

should request an explanation of any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation. Failure to do so will be at the Offeror’s risk. Offeror assumes responsibility for any patent ambiguity in the Solicitation that Offeror does not bring to the District’s attention. ETHICS ACT By submitting an Offer, you certify that you are in compliance with South Carolina’s Ethics, Government Accountability, and Campaign Reform Act of 1991, as amended. The following statutes require special attention: (a) Offering, giving, soliciting, or receiving anything of value to influence action of public employee-Section 8-13-790, (b) Recovery of Kickbacks-Section 8-13-790m (c) Offering, soliciting, or receiving money for advice or assistance of public official - Section 8-13-720, (d) Use or disclosure of confidential Information-Section 8-1 3-725, and (e) Persons hired to assist in the preparation of specifications or evaluation of bids Section 8-1 3-1 150 NO PROPOSAL REPLY: Any contractor electing to submit no proposal in response to this IFB may do so by sending a letter of “no reply” to the procurement Officer. Entities not replying in any way to three (3) consecutive IFB’s from a government body may be placed in an inactive status and must then reapply to the active bidders list. PROTESTS Any prospective bidder, Offeror, vendor, or sub vendor who is aggrieved in connection with the solicitation of a contract shall protest within fifteen (15) days of issuance of the Invitation for Bids or Requests for Proposals or other solicitation documents, whichever is applicable, or any amendment to it, if the amendment is at issue. An Invitation for Bids or Request for Proposals or other solicitation document, not including an amendment to it, is considered to have been issued on the date required notice of the issuance is given in accordance with this Code. Any actual bidder, offeror, contractor, or subcontractor who is aggrieved in connection with the intended award or award of a contract shall protest to the Chief Procurement Officer within ten (10) days of the date award or notification of intent to award, whichever is earlier, is posted in accordance with the CCSD Procurement Code; except that a matter that could have been raised pursuant to § 4210.1.1 (Protest of Solicitation) as a protest of the solicitation may not be raised as a protest of the award or intended award of a contract. PUBLIC OPENING Offers will be publicly opened at the date / time and at the location identified on the Cover Page, or last Amendment, whichever is applicable. QUESTIONS FROM OFFERORS (a) Any prospective Offeror desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing. The Procurement Official must receive questions no later than five (5) days prior to opening unless otherwise stated on the Cover Page. Oral explanations or instructions will not be binding. Any information given a prospective Offeror concerning a solicitation will be furnished promptly to all other prospective Offerors as an Amendment to the solicitation, if that information is necessary for submitting offers or if the lack of it would be prejudicial to other prospective Offerors. (b) The District seeks to permit maximum practicable competition. Offerors are urged to advise the Procurement Official, as soon as possible, regarding any aspect of this procurement, including any aspect of the Solicitation that unnecessarily or inappropriately limits full and open competition. REJECTION/CANCELLATION The District may cancel this solicitation in whole or in part. The District may reject any or all proposals in whole or in part. RESPONSIVENESS/IMPROPER OFFERS (a) Bid as Specified. Offers for supplies or services other than those specified will not be considered unless authorized by the Solicitation. (b) Responsiveness. Any Offer that fails to conform to the material requirements of the Solicitation may be rejected as non-responsive. Offers that impose conditions that modify material requirements of the Solicitation may be rejected. If a fixed price is required, an Offer will be rejected if the total possible cost to the District cannot be determined. Offerors will not be given an opportunity to correct any material nonconformity. Any deficiency resulting from a minor informality may be cured or waived at the sole discretion of the Procurement Official. (c) Unbalanced Bidding. The District may reject an Offer as non-responsive if the prices bid are materially unbalanced between line items or sub-line items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the District even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment.

Page 20: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

8

RESTRICTIONS APPLICABLE TO OFFERORS Violation of these restrictions may result in disqualification of your offer, suspension or debarment, and may constitute a violation of the State Ethics Act. (a) After issuance of the solicitation, you agree not to discuss this procurement activity in any way with any District employees, its agents or officials. All communications must be solely with the Procurement Official. This restriction expires once a purchase order has been formed and may be lifted by express written permission from the Procurement Official. (b) Unless otherwise approved in writing by the Procurement Officer, You agree not to give anything to any District employee, agent or official prior to award. SIGNING YOUR OFFER Every Offer must be signed by an individual with actual authority to bind the Offeror. (a) If the Offeror is an individual, the Offer must be signed by that individual. If the Offeror is an individual doing business as a firm, the Offer must be submitted in the firm name, signed by the individual, and state that the individual is doing business as a firm. (b) If the Offeror is a partnership, the Offer must be submitted in the partnership name, followed by the words “by its Partner,” and signed by a general partner. (c) If the Offeror is a corporation, the Offer must be submitted in the corporate name, followed by the signature and title of the person authorized to sign. (d) An Offer may be submitted by a joint venture involving any combination of individuals, partnerships, or corporations. If the Offeror is a joint venture, the Offer must be submitted in the name of the joint venture and signed by every participant in the joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of participant. (e) If an Offer is signed by an agent, other than as stated in subparagraphs (a) through (d) above, the Offer must state that it is and has been signed by an Agent. Upon request, Offeror must provide proof of the agent’s authorization to bind the principal. OFFICE CLOSING If an emergency or unanticipated event interrupts normal District processes so that offers cannot be received at the District office designated for receipt of bids by the exact time specified in the solicitation, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal District’s processes resume. In lieu of an automatic extension, an amendment may be issued to reschedule bid opening. If District offices are closed at the time a pre-bid or pre-proposal conference is scheduled, an amendment will be issued to reschedule the conference. SUBMITTING CONFIDENTIAL INFORMATION For every document Offeror submits in response to or with regard to this solicitation or request, Offeror must separately mark with the word “CONFIDENTIAL” every page, or portion thereof, that Offeror contend contains information that is exempt from public disclosure because it is either (a) a trade secret as defined in Section 30-4-40(a)(1), or (b) privileged and confidential, as that phrase is used in Section 11-35-410.For every document Offeror submits in response to or with regard to this solicitation or request, Offeror must separately mark with the words “TRADE SECRET” every page, or portion thereof, that Offeror contends contains a trade secret as that term is defined by Section 39-8-20 of the Trade Secrets Act. For every document Offeror submits in response to or with regard to this solicitation or request, Offeror must separately mark with the word “PROTECTED” every page, or portion thereof, that Offeror contends is protected by Section 11-35-1810. All markings must be conspicuous; use color, bold, underlining, or some other method in order to conspicuously distinguish the mark from the other text. Do not mark your entire response (bid, proposal, quote, etc.) as confidential, trade secret, or protected! If your response or any part thereof, is improperly marked as confidential or trade secret or protected, the District may, in its sole discretion, determine it non-responsive. If only portions of a page are subject to some protection, do not mark the entire page. By submitting a response to this solicitation or request, Offeror (1) agrees to the public disclosure of every page of every document regarding this solicitation or request that was submitted at any time prior to entering into a contract (including, but not limited to, documents contained in a response, documents submitted to clarify a response, and documents submitted during negotiations), unless the page is conspicuously marked “TRADE SECRET” or “CONFIDENTIAL” or “PROTECTED”, (2) agrees that any information not marked, as required by these bidding instructions, as a “Trade Secret” is not a trade secret as defined by the Trade Secrets Act, and (3) agrees that, notwithstanding any claims or markings otherwise, any prices, commissions, discounts, or other financial figures used to determine the award, as well as the final contract amount, are subject to public disclosure. In determining whether to release documents, the District will detrimentally rely on Offeror’s marking of documents, as required by these bidding instructions, as being either “Confidential” or “Trade Secret” or “PROTECTED”. By submitting a response, Offeror agrees to defend, indemnify and hold harmless the District, its Officials and employees, from every claim, demand, loss, expense, cost, damage or injury, including attorney’s fees, arising out of or resulting from the District withholding information that Offeror marked as “confidential” or “trade secret” or “PROTECTED”. (All references to S.C. Code of Laws.)

Page 21: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

9

SUBMITTING YOUR OFFER OR MODIFICATION (a) Offers and offer modifications shall be submitted in sealed envelopes or packages (unless submitted by approved electronic means) - (1) Addressed to the office specified in the Solicitation; and (2) Showing the time and date specified for opening, the solicitation number, and the name and address of the bidder. (b) Each Offeror must submit the number of copies indicated on the Cover Page. (c) Offerors using commercial carrier services shall ensure that the Offer is addressed and marked on the outermost envelope or wrapper as prescribed in paragraphs (a)(1) and (2) of this provision when delivered to the office specified in the Solicitation. (d) Facsimile Offers, modifications, or withdrawals, will not be considered unless authorized by the Solicitation. (e) Offers submitted by electronic commerce shall be considered only if the electronic commerce method was specifically stipulated or permitted by the solicitation. TAXPAYER IDENTIFICATION NUMBER (a) If Offeror is owned or controlled by a Common Parent as defined in paragraph (b) of this provision, Offeror shall submit with its Offer the name and TIN of common parent. (b) Definitions: 1) “Common Parent,” as used in this provision, means that corporate entity that owns or controls an affiliated group of

corporations that files its Federal income tax returns on a consolidated basis, and of which the Offeror is a member. 2) “Taxpayer Identification Number (TIN),” as used in this provision, means the number required by the Internal

Revenue Service (IRS) to be used by the Offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number.

(c) If Offeror does not have a TIN, Offeror shall indicate if either a TIN has been applied for or a TIN is not required. If a

TIN is not required, indicate whether 1) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively

connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States;

2) Offeror is an agency or instrumentality of a state or local government; 3) Offeror is an agency or instrumentality of a foreign government; or 4) Offeror is an agency or instrumentality of the Federal Government. WITHDRAWAL OR CORRECTION OF OFFER AFTER BID OPENING Offers may be withdrawn by written notice received at any time before the exact time set for opening. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for opening. A bid may be withdrawn in person by a bidder or its authorized representative if, before the exact time set for opening, the identity of the person requesting withdrawal is established and the person signs a receipt for the bid. Correction or withdrawal of bids are only allowed pursuant to the express terms of the CCSD Procurement Code as determined by CCSD. NOTICES All contact should be directed to Robin McNeal, Procurement Services Officer. No company should contact District staff directly. All questions should be submitted to Robin McNeal prior to the deadline for receipt of questions via Email [email protected] with copy to Rodney Alexander @ [email protected]. Answers to any questions submitted will be sent to all companies via solicitation amendment. B. Special Instructions Conference – Pre-Bid Pre-Bid/Proposal Conference Date and Time: Due to the importance of all offerors having a clear understanding of the specifications and requirements of this solicitation, a conference of potential offerors will be held on the date specified on the cover page. Your failure to attend will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the District. The District assumes no

Page 22: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

10

responsibility for any conclusions or interpretations made by the Contractor based on the information made available at the conference. Nor does the District assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract.

A Pre-Bid Conference will be held on May 19, 2017 @ 10:00 am at the office of Cumming Construction Management, Inc., located at 3820 Faber Place Drive, Suite 600, N. Charleston, SC 29405. The Pre-Bid Conference is intended to answer any questions relating to instructions to the bidder, project scope of work, etc. All prospective Offerors are strongly urged to attend this conference.

1. Schedule and Activities

Listed below are the planned activities/milestones/dates/times pertaining to this solicitation. A milestone schedule is included in the documents. All information is subject to change. Changes will be communicated to prospective Offerors via an Amendment to the solicitation as necessary.

Issue of Bid Documents May 11, 2017 Pre-Bid Conference May 19, 2017 Deadline for Receipt of Questions May 23, 2017 Public Opening of Bid May 30, 2017 Posting of Intent to Award May 31, 2017 Notice To Proceed June 13, 2017 Contract Start June 13, 2017 Substantial Completion (48 Calendar Days from Notice to Proceed) July 31, 2017 Final Completion (7 Calendar Days After Substantial Complete) August 7, 2017

2. CCSD Board of Trustees approval required: any award is subject to prior approval by the CCSD Board of Trustees.

3. The successful bidder will be required to furnish Performance Bond and Labor and Materials Bond in the amount of onehundred percent (100%) of the Contract Amount.

4. Discussion with bidders: After opening, discussions may be conducted with apparent responsive bidders for the purposeof clarification to assure full understanding of the requirements of the invitation for bids. All bids, in the ProcurementOfficial’s sole judgment, needing clarification must be accorded that opportunity.

5. PROTESTAny protest must be addressed to the Director Contracts and Procurement Services, and submitted in writing (a) by email to [email protected]. , (b) by facsimile at 843-566-7391, or (c) by post or delivery to 3999 Bridge View Dr., N. Charleston, SC 29405.

III. Scope of Work / Specifications

The Owner has retained the services of a Program Manager to represent the Owner's interest during the construction of the work.

The project will consists of, but not limited to:

The Ashley River Elementary School Power Distribution System Improvements Project consist, but is not limited to: Replace existing power distribution system, gymnasium lighting and associated lighting controls.

INSTALLATION:

The first day the contractor will have access to the site will be June 13, 2017 and Substantial Completion by July 31, 2017.

Page 23: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

11

PERMITS AND LICENSES:

The Contractor shall obtain and pay for applicable licenses and fees.

Contractor must have valid South Carolina Contractors License.

The contractor or sub-contractor performing this work must have all required licenses, both State of South Carolina and Federal, prior to start of work.

BID BOND: BID BOND in the amount of 5% of the bid is required.

LIENS AND INCUMBRANCES:

The Contractor shall satisfy immediately any lien or encumbrance, which because of any act or default of the Contractor, is filed against the District.

NON ARBITRATION:

Disputes pertaining to this contract are not eligible for solution through arbitration procedures.

QUALITY ASSURANCE:

Protection of District Property:

The Contractor shall protect from damage due to his work, methods, procedures and workmen, the District's property including building surfaces, finishes, systems, equipment, furniture, supplies, and other components. The Contractor shall repair or cause to be repaired damage to District property.

Products and Materials:

The Contractor shall use materials and products in the work which are new and of top quality. The Contractor shall assume full responsibility for protection, storage, safety and damage to stored and installed materials until Substantial Completion.

Qualifications of Work Persons:

The Contractor shall use skilled work persons who are thoroughly trained and experienced in the necessary crafts and trades.

Workmanship:

The Contractor shall cause the parts to be securely anchored, bonded, joined and secured together, the installation to be done in a workman-like manner in accordance with the best recognized practices, and the working parts to be adjusted and left in perfect working order.

Corrections in the Work:

The Contractor shall replace work rejected by the District as defective or as non-conforming within 10 days from written notice of rejection at no cost to the District.

PROJECT COORDINATION:

The Contractor shall verify field measurements before ordering materials and prefabricated items. The Contractor shall coordinate the work of all trades and schedule the timing so as not to cause delays to any phase of construction. The

Page 24: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

12

Contractor shall plan the work to minimize the disruption of District operations. The Contractor shall cooperate with reasonable scheduling requirements of the District.

School may be in session during the construction, and the contractor shall coordinate with the District to avoid disruption of the school activities.

SAFETY:

The Contractor shall provide safety barricades, fences, temporary walks, and signals in compliance with legal requirements, police regulations, and/or as requested by Charleston County School District at no additional cost.

CLEANING:

The Contractor shall clean up job site as frequently as necessary, but no less than, on a daily basis. Upon Substantial Completion, the Contractor shall clean the job site of all debris, miscellaneous construction materials, trash and unused materials. The Contractor shall remove and legally dispose of all debris.

CONSTRUCTION FACILITIES AND TEMPORARY CONTROL:

Utilities:

Contractor's use of Owner's utilities shall be paid for by the contractor.

Sanitary Facilities:

Provide and maintain, in sanitary condition, enclosed weather tight chemical toilets for use of construction personnel. Installation shall be in accord with applicable codes and of authorities having jurisdiction. Upon completion of the work, toilets and appurtenance shall be removed, leaving premises in satisfactory condition as approved by the owner.

NOTE: Under no circumstances will workmen be allowed to use any student's or teacher's toilet facility within the facility.

Barricades and Fencing:

Provide and maintain safety barricades, fences with windscreens, temporary walks, bracing and shoring and signals in compliance with local requirements, police regulations and as necessary to separate non-project persons from construction areas.

WARRANTY:

All products and services shall carry, after proper completion, and under normal use, a one (1) year warranty against all defects in materials and workmanship unless noted otherwise in the individual Specifications.

TERMINATION OF AGREEMENT

The District may terminate this agreement in whole or in part at any time, upon written notification to the successful bidder, for any reason at District’s convenience. The District may terminate this agreement in whole or in part at any time upon written notification to successful bidder for any default involving:

(A) Failure to develop or deliver products and/or render the services within the schedule requirements of the District or the District’s Designee. (B) Successful bidder’s failure to make progress reasonably satisfactory to the District, in the performance of its obligations under this Agreement. With respect to any such default, District’s right to terminate shall be conditioned upon successful bidder’s failure within ten (10) days after District’s notification to provide a remedy satisfactory to District to cure failure of non-compliance.

Page 25: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

13

(C) In the event successful bidder becomes the subject of any proceedings under State or Federal Law for the relief of debtors or otherwise becomes insolvent, bankrupt or makes assignments for the benefit of creditors. IV. Information for Offerors to Submit Bids are to be submitted on the Bid Form provided accompanied by the Attachments contained herein and described below pursuant to the terms of this solicitation; enclosed in a sealed, opaque envelope bearing the name and address of the bidder, CCSD Identification Number/Solicitation Number of contract being bid, the name of project and the offerors South Carolina General Contractor License Number. All Bids must comply with the laws of the State of South Carolina. Indicate your company name on each page of the Bid Form. Complete and Submit attachments B, C, D, E, F and G with the bid. Complete and submit attachments E and G as applicable. Offeror must list subcontractors identified in the table appearing on Attachment B. Instructions for subcontractor listings appear on that page. Failure to properly comply with subcontractor listing requirements may render the Offeror nonresponsive and/or nonresponsible. The SWMBE information required in attachments C, D, and F will be required to be submitted by 11:00 a.m. the following day of Bid Opening along with the bid verification. Submit resumes of the Superintendent and Project Manager assigned to this project with the bid. V. Qualifications PROPOSER’S QUALIFICATIONS Bids shall be considered only from bidders who are regularly established in the business called for and who in the judgment of the District are financially responsible and able to show evidence of their reliability, ability, experience, to render prompt and satisfactory service in the volume called for under this contract. To be eligible for award of a contract, a prospective contractor must be responsible. In evaluating an Offeror’s responsibility, CCSD Standards of Responsibility and information from any other source may be considered. An Offeror must, upon request of CCSD, furnish satisfactory evidence of its ability to meet all contractual requirements. Unreasonable failure to supply information promptly in connection with a responsibility inquiry may be grounds for determining that you are ineligible to receive an award. Before a submittal is considered for award, the bidder may be requested by the Procurement Official to submit completed form SE-350 as to his/her previous experience in performing similar or comparable work and of his/her business and technical organization and financial resources. VI. Award Criteria The District intends to award a contract to the contractor whose offer, conforming to the solicitation, is the most advantageous on the basis for all products, services and requirements contained herein. In all cases, the District will be the sole judge as to whether a vendor's bid has or has not satisfactorily met the requirement of this bid. Award will be made to the lowest responsive, responsible bidder who submits a responsive bid which is most advantageous to the Charleston County School District. VII. Terms and Conditions A. General Charleston County School District reserves the right to make the final determination as to the bidder’s ability to provide the products or services requested herein.

Page 26: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

14

ASSIGNMENT No contract or its provisions may be assigned, sublet, or transferred without the written consent of the Procurement Officer. BANKRUPTCY (a) Notice. In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary, the Contractor agrees to furnish written notification of the bankruptcy to the District. This notification shall be furnished within five (5) days of the initiation of the proceedings relating to the bankruptcy filing. This notification shall include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy petition was filed, and a listing of all District contracts against which final payment has not been made. This obligation remains in effect until final payment under this Contract (b) Termination. This contract is voidable and subject to immediate termination by the District upon the contractor’s insolvency, including the filing of proceedings in bankruptcy. CHOICE-OF-LAW The agreement, any dispute, claim, or controversy relating to the Agreement, and all the rights and obligations of the parties shall, in all respects, be interpreted, construed, enforced and governed by and under the laws of the State of South Carolina, except its choice of law rules. As used in this paragraph, the term “Agreement” means any transaction or agreement arising out of, relating to, or contemplated by the solicitation. ORDER OF PRECEDENCE In the event of inconsistency between provisions of this solicitation, the inconsistency shall be resolved by giving precedence in the following order: (a) bid pricing schedule, (b) bid specifications, (c) standard solicitation provisions/general contract clauses, whether incorporated by reference or otherwise, (d) special solicitation provisions/special contract clauses and (e) instructions to bidders.

DISCOUNT FOR PROMPT PAYMENT:

a) Discounts for prompt payment will not be considered in the evaluation of Offers. However, any offered discount will form a part of the award, and will be taken if payment is made within the discount period indicated in the offer by the Offeror. As an alternative to offering a discount for prompt payment in conjunction with the Offer, Offerors awarded contracts may include discounts for prompt payment on individual invoices.

b) In connection with any discount offered for prompt payment, time shall be computed from the date of the invoice. If

the Contractor has not placed a date on the invoice, the due date shall be calculated from the date the designated billing office receives a proper invoice, provided the District annotates such invoice with the date of receipt at the time of receipt. For the purpose of computing the discount earned, payment shall be considered to have been made on the date that appears on the payment check or, for an electronic funds transfer, the specified payment date. When the discount date falls on a Saturday, Sunday, or legal Holiday when Federal Government offices are closed and Government business is not expected to be conducted, payment may be made on the following business day.

DISPUTES (a) Choice-of-Forum: All disputes, claims, or controversies relating to the Agreement shall be resolved exclusively by the Director Contracts and Procurement Services in accordance with the Charleston County School District Procurement Code, or in the absence of jurisdiction, only in the Court of Common Pleas for, or a federal court located in, Charleston County, State of South Carolina. Contractor agrees that any act by the Government regarding the Agreement is not a waiver of either the Government’s sovereign immunity or the Government’s immunity under the Eleventh Amendment of the United States Constitution. As used in this paragraph, the term “Agreement” means any transaction or agreement arising out of, relating to, or contemplated by the solicitation. (b) Service of Process: Contractor consents that any papers, notices, or process necessary or proper for the initiation or continuation of any disputes, claims, or controversies relating to the Agreement; for any court action in connection therewith; or for the entry of judgment on any award made, may be served on Contractor by certified mail (return receipt requested) addressed to Contractor at the address provided as the Notice Address on Page Two or by personal service or by any other manner that is permitted by law, in or outside South Carolina. Notice by certified mail is deemed duly given upon deposit in the United States mail. EQUAL OPPORTUNITY Contractor is referred to and shall comply with all applicable provisions, if any, of Title 41, part 60 of the Code of Federal Regulations, including but not limited to Sections 60-1.4, 60-4.2, 60-4.3, 60-250.5(a), and 60-741.5(a), which are hereby incorporated by reference. ILLEGAL IMMIGRATION By submitting an offer, Contractor certifies that it will comply with the applicable

Page 27: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

15

requirements of Title 8, Chapter 14 of the South Carolina Code of Laws (originally enacted as Section 3 of The South Carolina Illegal Immigration Reform Act, 2008 S.C. Act No. 280) and agrees to provide upon request any documentation required to establish either: (a) the applicability of Title 8, Chapter 14 to Contractor and any subcontractors or sub-subcontractors; or (b) the compliance with Title 8, Chapter 14 by Contractor and any subcontractor or sub-subcontractor. Pursuant to Section 8-14-60, "A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and, upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years, or both." Contractor agrees to include in any contracts with its subcontractors language requiring the subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in any contracts with the sub-subcontractors language requiring the sub-subcontractor to comply with the applicable requirements of Title 8, Chapter 14.

FALSE CLAIMS According to the S.C. Code of Laws Section 16-13-240, “a person who by false pretense or representation obtains the signature of a person to a written instrument or obtains from another person any chattel, money, valuable security, or other property, real or personal, with intent to cheat and defraud a person of that property is guilty “of a crime. FIXED PRICING REQUIRED Any pricing provided by contractor shall include all costs for performing the work associated with that price. Except as otherwise provided in this solicitation, contractor’s price shall be fixed for the duration of this contract, including option terms. This clause does not prohibit contractor from offering lower pricing after award. NON-INDEMNIFICATION Any term or condition is void to the extent it requires CCSD to indemnify anyone. NOTICE (A) After award, any notices shall be in writing and shall be deemed duly given (1) upon actual delivery, if delivery is by hand, (2) upon receipt by the transmitting party of automated confirmation or answer back from the recipient’s device if delivery is by telex, telegram, facsimile, or electronic mail, or (3) upon deposit into the United States mail, if postage is prepaid, a return receipt is requested, and either registered or certified mail is used. (B) Notice to contractor shall be to the address identified as the Notice Address on Page Two. Notice to the District shall be to the Procurement Officer’s address on the cover Page. Either party may designate a different address for notice by giving notice in accordance with this paragraph. PAYMENT CCSD shall pay the Contractor, after the submission of proper invoices or vouchers, the prices stipulated in this Contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract. Unless otherwise specified in this Contract, including the purchase order, payment shall not be made on partial deliveries accepted by CCSD. Unless the purchase order specified another method of payment, payment will be made by check. Payment and interest shall be made in accordance with S.C. code Section 11-35-45. Contractor waives imposition of an interest penalty unless the invoice submitted specifies that the late penalty is applicable. PUBLICITY RELEASES Contractor agrees not to refer to award of this contract in commercial advertising in such a manner as to state or imply that the products or services provided are endorsed or preferred by the user. PURCHASE ORDER A purchase order may be enclosed with or issued pursuant to this contract, and will be an integral part of the resulting contract. The purchase order indicates that sufficient funds have been obligated in accordance with the budget of the district and assures distribution of the necessary receiving reports. The purchase order does not supersede any provisions of the resulting contract. Performance time and dates are determined solely by the contract and any modification thereto. SETOFF CCSD shall have all of its common law, equitable, and statutory rights of set-off. These rights shall include, but not be limited to CCSD’s option to withhold for the purposes of set-off any moneys due to the Contractor under this Contract up to any amounts due and owing to the CCSD with regard to this Contract, any other contract with any CCSD department or agency, including any contract for a term commencing prior to the term of this Contract, plus any amounts due and owing to the CCSD for any other reason including, without limitation, tax delinquencies, fee delinquencies or monetary penalties relative thereto. SURVIVAL OF OBLIGATIONS The Parties' rights and obligations which, by their nature, would continue beyond the termination, cancellation, rejection, or expiration of this Contract shall survive such termination, cancellation, rejection, or

Page 28: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

16

expiration, including, but not limited to, the rights and obligations created by the following clauses: Indemnification - Third Party Claims, Intellectual Property Indemnification, and any provisions regarding warranty or audit. TAXES: This is not a tax exempt project. TERMINATION DUE TO UNAVAILABILITY OF FUNDS Payment and performance obligations for succeeding fiscal periods shall be subject to the availability and appropriation of funds therefore. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the Contract shall be canceled. In the event of a cancellation pursuant to this paragraph, Contractor will be reimbursed the resulting unamortized, reasonably incurred, nonrecurring costs. Contractor will not be reimbursed any costs amortized beyond the initial contract term. THIRD PARTY BENEFICIARY This Contract is made solely and specifically among and for the benefit of the parties hereto, and their respective successors and assigns, and no other person will have any rights, interest, or claims hereunder or be entitled to any benefits under or on account of this Contract as a third party beneficiary or otherwise. WAIVER CCSD does not waive any prior or subsequent breach of the terms of the Contract by making payments on the Contract, by failing to terminate the Contract for lack of performance, or by failing to strictly or promptly insist upon any term of the Contract. Only the Procurement Officer has actual authority to waive any of CCSD’s rights under this Contract. Any waiver must be in writing. PURCHASE ORDER AMENDMENTS, MODIFICATIONS AND CHANGE ORDERS Any change orders, alterations, amendments or other modifications hereunder shall not be effective unless reduced to writing and approved by the Procurement Official responsible for this solicitation and the vendor. All questions, problems or changes arising after award of this purchase order shall be directed to the Procurement Official responsible for this solicitation, at 3999 Bridge View Drive, North Charleston, SC 29405. COMPLIANCE WITH STATUTES: During the term of the contract, it shall be the Contractor’s responsibility to ensure compliance with all applicable provisions of laws, codes, ordinances, rules, regulations, and tariffs. INSURANCE The Contractor (or Subcontractor, or anyone directly or indirectly employed by any of them) will provide and maintain, as a minimum or greater, if required by law, the following types and amounts of insurance:

Page 29: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

17

1. Commercial General Liability: Contractor must provide Commercial General Liability insurance using the 1993ISO Occurrence For (CG 00 01 10/93) or an equivalent form. The Commercial General Liability insurance must include coverage for premises-operations, independent contractors, products-completed operations, personal injury and contractual liability. The contractual liability must include the tort liability of another assumed in a business contract. The Contractor or his agent shall verify that there is no endorsement or modification of the CGL limiting the scope of coverage for liability arising from explosion, collapse or underground property damage. This insurance shall be maintained throughout the duration of the project and for a minimum of one year after final payment as provided for in Article 9.10. Limits shall be as follows:

Each Occurrence Limit Bodily Injury/Property Damage Liability $1,000,000 Personal Injury Liability $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations Aggregate Limit $2,000,000

2. The General Aggregate Limit is to be written on a “per project” basis using contractor’s per project endorsementAmendment-Aggregate Limits of Insurance (CG2503) The Project/Completed Operations Aggregate Limit must be at least $2,000,000 or written confirmation provided that the Commercial Umbrella coverage includes liability coverage for damage to the insured’s completed work equivalent to that provided under the CG 00 01 10/93 coverage form.

3. The Owner is to be named as an additional insured in the Contractor’s policy with respect to this project using theISO Additional Insured-Owners, Contractors endorsement (CG 20 10) or a substitute providing equivalent coverage. Verification of additional insured status shall be furnished to the Owner by mailing a copy of the endorsement or Certificate of Insurance.

4. Insurance for all owned, non-owned and hired vehicles on ISO form CA 00 01 12/4. This insurance will apply as primary insurance with respect to any other insurance or self-insurance the Owner may have or elect to carry with respect to this Project.

Page 30: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

18

5. Comprehensive Automobile Liability Insurance: Contractor must provide and maintain business auto liability 90 or equivalent coverage form with the following limits; Combined Single Limit $1,000,000 per accident (or equivalent “split limits” satisfying Umbrella

Excess Liability requirements. If necessary, the policy shall be indorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of the ISO CA 00 01 form. 6. Workers Compensation: Contractor shall provide and maintain workers compensation and employers liability insurance providing coverage in South Carolina. Limits and coverage shall be as follows; Workers Compensation Insurance SC statutory benefits Employers Liability Insurance $500,000 each accident $1,000,000 policy limit $500,000 each employee If the project involves work which may be subject to the US Longshore and Harborworkers Act (USL&HW), or which may involve watercraft, Contractor will attach the respective endorsements to provide this coverage. USL&HW (WC 00 01 06 A) and maritime Coverage (WC 00 02 01 A). 7. Umbrella Excess Liability: Contractor shall provide umbrella excess liability insurance on an “occurrence” basis providing “following form” coverage for the underlying coverages outlined above with the following limits: Excess Liability (Umbrella Form) General Aggregate $5,000,000 Each Occurrence $5,000,000 8. Certificates of insurance which shall be signed by a duly authorized representative of each insurance company, showing compliance with the insurance requirements attached hereto and which shall be acceptable to the Owner shall be submitted to the Owner upon execution of this Agreement. When requested by the Owner, the Contractor shall furnish copies of Certificates of Insurance for each subcontractor as well. All Certificates of Insurance shall include a statement that the Owner will receive written notice 30 days prior to cancellation of any policy. Further, the Charleston County School District will be named as an additional insured on all policies. CONTRACTOR PERSONNEL The Contractor shall enforce strict discipline and good order among the Contractor’s employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. CONTRACTOR SOLELY RESPONSIBLE FOR PERFORMANCE: The District will rely upon the Contractor for full, complete, and satisfactory performance under the terms and conditions of this agreement. If the Contractor’s services provided for hereunder include services, equipment, or materials supplied by a subcontractor, the Contractor must act as the prime Contractor for these items and assume full responsibility for performance hereunder. The Contractor will be considered the sole point of contact with regard to all situations, including payment of all charges and the meeting of all other requirements. TERMINATION Subject to the conditions below, the District providing a 30-day advance notice in writing is given to the vendor may terminate the purchase order for any reason.

NON-APPROPRIATIONS Any purchase order entered into by the District resulting from this bid invitation shall be subject to cancellation without damages or further obligation when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period or appropriated year.

FOR CONVENIENCE In the event that this purchase order is terminated or canceled upon request and for the convenience of the District without the required thirty (30) days advance written notice, then the District may negotiate reasonable termination costs, if applicable.

Page 31: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

19

FOR CAUSE Termination by the District for cause, default or negligence on the part of the vendor shall be excluded from the foregoing conditions; termination costs, if any, shall not apply. The thirty (30) days advance notice requirement is waived and the default clause in this bid shall apply.

DEFAULT In case of default by the vendor, the District reserves the right to purchase any or all items in default in the open market, charging the vendor with any additional costs. The defaulting vendor shall not be considered a responsible bidder until the assessed charge has been satisfied.

INDEMNIFICATION 1. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, Charleston County School District, its agents, Board, officers and/or officials, employees and volunteers (hereinafter, the “Indemnitees”) from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or reduce other rights or obligations of indemnify which would otherwise exist as to a party or person described herein. 2. In claims against any person or entity indemnified herein by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation herein shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers’ compensation acts, disability benefit acts or other employee benefit acts. Further, any performance bond or insurance protection required by the contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Indemnitees as herein provided. 3. The Contractor’s indemnity obligations shall also specifically include, without limitation, all fines, penalties, damages, liability, costs, expenses (including, without limitation, reasonable attorneys’ fees and court costs), and punitive damages (if any) arising out of, or in connection with, and (1) violation of or failure to comply with any law, statute, ordinance, rule, regulation, code or requirement of a public authority that bears upon the performance of this contract by the Contractor, a Subcontractor, or any person or entity for whom either is responsible, (2) means, methods, procedures, techniques or sequences or execution or performance of the services required, and (3) failure to secure and pay for permits, fees, approvals, and/or licenses related to performance of the contract by the Contractor, a Subcontractor or any person or entity for whom either is responsible. 4. The Contractor shall indemnify and hold harmless all of the Indemnitees from and against any costs and expenses (including reasonable attorneys’ fees and court costs) incurred by any of the Indemnitees in enforcing any of the Contractor’s defense, indemnity and hold-harmless obligations under this contract. 5. The Contractor shall further indemnify and hold harmless the Indemnitees from all suits or claims of any character brought by reason of infringing on any patent, trademark or copyright. Contractor shall have no liability to the Indemnities if such patent, trademark or copyright infringement or claim is based upon the Contractor’s use of materials furnished to the Contractor by an Indemnitee. LICENSES AND PERMITS: During the term of the contract, the Contractor shall be responsible for obtaining, and maintaining in good standing, all licenses (including professional licenses, if any), permits, inspections and related fees for each or any such licenses, permits and /or inspections required by the District, county, city or other government entity or unit to accomplish the work specified in this solicitation and the contract. QUALITY OF PRODUCT (This clause does not apply to solicitations for service requirements). Unless otherwise indicated in this bid it is understood and agreed that any item offered or shipped on this bid shall be new and in first class condition, that all containers shall be new and suitable for storage or shipment, and that prices include standard commercial

Page 32: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

20

packaging. For information technology procurements as defined in Provision I., of the Charleston County School District Procurement Code, if items that are other than new (i.e. remanufactured or refurbished) are desired to be bid, the bidder must obtain written permission to bid such items at least 5 days in advance of bid opening from the person to whom inquiries are to be directed as listed on the front page of the invitation for bid. PRICE ADJUSTMENTS: (1) Method of Adjustment. Any adjustment in the contract price made pursuant to a clause in this contract shall be consistent with this Contract and shall be arrived at through whichever one of the following ways is the most valid approximation of the actual cost to the Contractor (including profit, if otherwise allowed): (a) by agreement on a fixed price adjustment before commencement of the pertinent performance or as soon thereafter as practicable; (b) by unit prices specified in the Contract or subsequently agreed upon; (c) by the costs attributable to the event or situation covered by the relevant clause, including profit if otherwise allowed, all as specified in the Contract; or subsequently agreed upon; (d) in such other manner as the parties may mutually agree; or, (e) in the absence of agreement by the parties, through a unilateral initial written determination by the Procurement Officer of the costs attributable to the event or situation covered by the clause, including profit if otherwise allowed, all as computed by the Procurement Officer in accordance with generally accepted accounting principles, subject to the provisions of Section 4210 of CCSD Procurement Codes. (2) Submission of Price or Cost Data. Upon request of the Procurement Officer, the contractor shall provide reasonably available factual information to substantiate that the price or cost offered, for any price adjustments is reasonable, consistent with the provisions of Section 1830. RISK OF LOSS The contractor shall assume all risk of loss, and shall maintain insurance coverage on all items installed, up to the time of final acceptance. RECORDS RETENTION AND RIGHT TO AUDIT Charleston County School District has the right to audit the books and records of the contractor as they pertain to this contract, both independent of, and pursuant to, the District Procurement Code. Such books and records shall be maintained for a period of three (3) years from the date of final payment under the contract. The District may conduct, or have conducted, performance audits of the contractor. The District may conduct, or have conducted, audits of specific requirements of this bid as determined necessary by the District. Pertaining to all audits, contractor shall make available to the District access to its computer files containing the history of contract performance and all other documents related to the audit. Additionally, any software used by the contractor shall be made available for auditing purposes at no cost to the District. FORCE MAJEURE The contractor shall not be liable for any excess costs if the failure to perform the contract arises out of causes beyond the control and without the fault or negligence of the contractor. Such causes may include, but are not restricted to acts of God or of the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather but in every case the failure to perform must be beyond the control and without the fault or negligence of the contractor. If the failure to perform is caused by default of a subcontractor, and if such default arises out of causes beyond the control of both the contractor and subcontractor, and without the fault or negligence of either of them, the contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the contractor to meet required delivery schedule. SOUTH CAROLINA GOVERNING LAW CLAUSE The agreement and any dispute, claim, or controversy relating to the agreement shall, in all respects, be interpreted, construed, enforced and governed by and under the laws of the State of South Carolina. All disputes, claims, or controversies relating to the agreement shall be resolved exclusively by the Purchase orders and Procurement Services Director in accordance with the District Procurement Code, or in the absence of jurisdiction, only in the court of common pleas for, or a federal court located in, Charleston County, State of South Carolina. Vendor agrees that any act by the government regarding the agreement is not a waiver of either the government’s sovereign immunity or the government’s immunity under the eleventh amendment of the United States Constitution. As

Page 33: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

21

used in this paragraph, the term “agreement means any transaction or agreement arising out of, relating to, or contemplated by the solicitation. SWMBE PARTICIPATION Charleston County School District encourages SWMBE businesses to participate in the Bid process. It is the intent of the Charleston County School District to provide equal opportunity to small, minority, and woman-owned businesses in every aspect of procurement. All business conducted with SWMBE businesses certified by the South Carolina Governor’s Office of Small and Minority Business Assistance is recorded in a yearly report submitted to the Charleston County School District Board of Trustees. In order to be included in this report you must submit a copy of your certificate with your proposal. ITEM SUBSTITUTION (This clause does not apply to solicitations for service requirements). No substitutes will be allowed on purchase orders received from the District without permission from the Procurement Official. RESTRICTIONS/LIMITATIONS No purchases are to be made from this contract for any item that is not listed or for any item that is currently authorized under any other contract awarded prior to this contract. NON INTERFERENCE: In the event Contractor is unable for any reason to provide any material, services, supplies, products or other items of any type or variety to the District under this agreement, including but not limited to any such materials, services, supplies, etc. available from any other party (such as subcontractors) supplying said materials, services, etc. to Contractor, the District will have the right to deal directly with the other supplier without penalty or interference from Contractor. SUBCONTRACTORS: Subcontractors are subject to same terms and conditions of this agreement as the Contractor. LIENS AND ENCUMBRANCES The Contractor shall satisfy immediately any lien or encumbrance which, because of any act or default of the Contractor, is filed against the District. PROTECTION OF HUMAN HEALTH AND THE ENVIRONMENT The District requires all vendor activities to be in compliance with local, state, and federal mandates concerning “protection of human health and the environment”. Any vendor doing business with the District will be required to document compliance and to specify prudent practices used by the vendor to address applicable mandates including, but not restricted to “the hazard communication standard” OSHA CFR 191 0.1200 (SCRR article 1,71-1910.1200). By submission of this bid, the vendor agrees to take all necessary steps to ensure compliance with these requirements. COMPLIANCE WITH LAWS During the term of the Contract, Contractor shall comply with all applicable provisions of laws, codes, ordinances, rules, regulations, and tariffs. LIQUIDATED DAMAGES If the Contractor fails to achieve Substantial Completion of the Work within the Contract Time as required by the Contract Documents, the Owner shall be entitled to retain or recover from the Contractor, as liquidated damages and not as a penalty, daily amounts of Two Hundred Fifty dollars a day ($250.00/day) commencing upon the first day following expiration of the Contract Time and continuing until the actual date of Substantial Completion. Such liquidated damages are hereby agreed to be a reasonable pre-estimate of damages the Owner will incur as a result of delayed completion of the Work. If the Contractor fails to obtain Final Completion with 100%of the punchlist completed within thirty days from the date of Substantial Completion, the Owner shall be entitled to retain or recover from the Contractor as liquidated damages the amount of Five Hundred dollars a day ($500.00day) commencing the thirty-first day following the date of Substantial Completion until completion of the punchlist and until a Final Completion Certificate is obtained, regardless of how the punchlist is completed. STORAGE OF MATERIALS Absent approval of CCSD, Contractor shall not store items on the premises of CCSD prior to the time set for installation. MINORITY BUSINESS ENTERPRISE (MBE) PLAN Statement of Policy It is the policy of the Charleston County School District that discrimination against businesses on the basis of race, color, national origin, and gender is prohibited. No person shall be denied the benefit of, or otherwise discriminated against, on the grounds of race, color, national origin or gender in connection with the award and/or performance of any contract or

Page 34: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

22

modification of a contract between a vendor or contractor and the Board which contract is paid or is to be paid for, in whole or part, with monetary appropriations of the Board. Further, it is the policy of CCSD to encourage and promote on an inclusionary basis contracting opportunities for all business, without regard to race, color, national origin or gender. It is expected that all firms seeking to do business with the Charleston County School District will comply with this CCSD policy. MBE Designated Procurement Plan The regulations and procedures for implementation of this program are outlined in the procurement code approved by the Board of Trustees. The Charleston County School District will establish goals that include expending, with Minority Business Enterprises certified by the Office of Small and Minority Business Assistance and non-certified Minority business Enterprises, an amount equal to twenty percent (20%) of the District’s controllable dollars expended (with the exclusion of salary, benefits, professional services, utilities and travel) for the procurement of supplies, services, Information Technology and construction. Bidders are requested to provide good faith effort in helping the District meet this goal. MBE Subcontractor Participation Charleston County School District, through its contract documents, encourages contractors to utilize minority subcontractors on their projects. A prime contractor must identify MBE utilization expenditures to certified MBE subcontractors that perform a commercially useful function in the work of the contract. An MBE subcontractor is considered to perform a commercially useful function when it is responsible for the execution of a distinct element of the work of a contract for which the MBE has the skill and expertise and carries out its responsibility by actually performing, managing and supervising the work involved. MBE Utilization Commitment Report In order to facilitate an effective monitoring system, each contractor, bidder or offeror must submit a completed and signed MBE Utilization Commitment Report (Attachment D) with the proposal submission which lists the names, addresses and contact persons of the MBE and minority owned businesses, if any, to be used in the contract, the type of work each business will perform, the dollar value of the work and the scope of work. The Utilization Report submitted by the contractor shall be submitted as a part of the contract with CCSD. If the information contained in the Contractors Utilization Report changes by the time the contract is executed, the Contractor shall amend the Utilization Report and such amended Utilization Report shall be incorporated into the contract. All employees involved in the execution of this contract must be of legal status and be in adherence to all Federal and South Carolina State Laws.

Page 35: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

23

VIII. Bid Form /Cost Proposal ASHLEY RIVER ELEMENTARY SCHOOL – POWER DISTRIBUTION SYSTEM IMPROVEMENTS A. ALLOWANCES

1. General Contingency Allowance $15,000.00

B. BASE BID

1. Total Base Bid without Allowances $___________________________

2. Total of Allowances $15,000.00

3. Total of Base Bid with Allowances $___________________________ C. ALTERNATES

NONE D. UNIT PRICES DESCRIPTION UNIT COST NONE

GC License # _____________________________

COMPANY NAME

ADDRESS

COMPANY REPRESENTATIVE

BY

Authorized to Sign TITLE

TELEPHONE

ADDENDA RECEIPT

( )

Addendum #1

Date

(if applicable) ( )

Addendum #2

Date

The undersigned, as bidder, proposes and agrees, if this bid is accepted, to contract with Charleston County School District, in the form of contract specified, to pay all required fees and permits, and to furnish any necessary materials, tools, equipment, apparatus, transportation, and labor to complete the projects, and has bid in full and complete accordance with the shown, noted, described and reasonably intended requirements of the contract documents.

Page 36: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

24

1. The bidder further declares that he/she has examined the site of work and has become thoroughly familiar withall conditions pertaining to the work to be performed. The bidder also has examined the plans andspecifications for the work and contractual documents relative thereto, and has read all special provisionsfurnished prior to the opening of bids; that he/she has been satisfied relative to the work to be performed.

2. The bidder agrees that this Bid Proposal is valid from bid date and for a minimum of 60 days hence.

3. The bidder finally agrees that this IFB supersedes any and all previous agreements, both written and oral, andthat the terms and conditions of this Agreement shall exclusively govern the agreement between the parties.

4. CHARLESTON COUNTY SCHOOL DISTRICT RESERVES THE RIGHT TO REJECT ACONTRACTOR’S BID IF THE CONTRACTOR IS CURRENTLY PERFORMING WORK FOR THEDISTRICT AND HIS CURRENT PROJECT IS BEHIND SCHEDULE.

5. Time is of the essence. By submitting a bid and signing this bid form, Contractor acknowledges that the timefor completion of this project is reasonable and that it can complete this project in the time allotted. Further,Contractor acknowledges that it has notice of the liquidated damages provisions contained within Article2.6.1 of the AIA A107 Standard Abbreviated Form of Agreement between Owner and Contractor, asamended.

____________________________________ _____________________________________ Company Name Name of Authorized Rep. – Typed or Printed

____________________________________ ____________________________________ Signature of Authorized Representative Street Address

__________________________________ __________________________________ City / State / Zip Code Date

Page 37: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

25

ATTACHMENT LISTING A. Offeror’s Checklist B. List of Sub-Contractor’s C. Minority Participation Affidavit D. MBE Utilization Commitment Form E. Statement of Intent to Perform Work without Subcontracting F. Certificate of Minority Business Enterprise Unavailability G. Charleston County School District No Bid Form

Page 38: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

26

Attachment A

OFFEROR’S CHECKLIST AVOID COMMON MISTAKES

Web site:

Review this checklist prior to submitting your proposal If you fail to follow this checklist, you risk having your proposal rejected.

COMPLETED AND SIGNED ALL REQUIRED DOCUMENTS.

DO NOT INCLUDE ANY OF YOUR STANDARD CONTRACT FORMS!

UNLESS EXPRESSLY REQUIRED, DO NOT INCLUDE ANY ADDITIONAL BOILERPLATE CONTRACT CLAUSES.

REREAD YOUR ENTIRE PROPOSAL TO MAKE SURE YOUR PROPOSAL DOES NOT TAKE EXCEPTION TO ANY OF THE DISTRICTS MANDATORY REQUIREMENTS.

MAKE SURE YOU HAVE PROPERLY MARKED ALL PROTECTED, CONFIDENTIAL, OR TRADE SECRET INFORMATION IN ACCORDANCE WITH THE HEADING ENTITLED: FOIA BIDDING INSTRUCTIONS, SUBMITTING CONFIDENTIAL INFORMATION. DO NOT MARK YOUR ENTIRE BID AS CONFIDENTIAL, TRADE SECRET, OR PROTECTED! Do NOT INCLUDE A LEGEND ON THE COVER STATING THAT YOUR ENTIRE RESPONSE IS NOT TO BE RELEASED!

HAVE YOU PROPERLY ACKNOWLEDGED ALL AMENDMENTS? INSTRUCTIONS REGARDING HOW TO ACKNOWLEDGE AN AMENDMENT SHOULD APPEAR IN ALL AMENDMENTS ISSUED.

MAKE SURE YOUR PROPOSAL INCLUDES A COPY OF THE SOLICITATION COVER PAGE.

MAKE SURE A PERSON THAT IS AUTHORIZED TO CONTRACTUALLY BIND YOUR BUSINESS SIGNS THE COVER PAGE.

MAKE SURE YOUR PROPOSAL INCLUDES THE NUMBER OF COPIES REQUESTED.

CHECK TO ENSURE YOUR PROPOSAL INCLUDES EVERYTHING REQUESTED INCLUDING A BID SUBMITTAL AS REQUIRED BY PARAGRAPH VIII OF THE INVITATION FOR BIDS!

IF YOU HAVE CONCERNS ABOUT THE SOLICITATION, DO NOT RAISE THOSE CONCERNS IN YOUR RESPONSE! AFTER OPENING, IT IS TOO LATE! IF THIS SOLICITATION INCLUDES A PRE-PROPOSAL CONFERENCE OR A QUESTION & ANSWER PERIOD, RAISE YOUR QUESTIONS AS A PART OF THAT PROCESS! PLEASE SEE BIDDING INSTRUCTIONS AND ANY PROVISIONS REGARDING PRE-BID CONFERENCES.

NOTE: This checklist is included only as a reminder to help Offerors avoid common mistakes Responsiveness will be evaluated against the solicitation not against this checklist.

You do not need to return this checklist with your response.

Page 39: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

27

Attachment B

LIST OF SUBCONTRACTORS

SPECIALTY NAME

ELECTRICAL

N/A N/A

N/A N/A

N/A N/A

N/A N/A

Any Bidder in response to this Invitation for Bids shall list in his bid, at Attachment B List of Subcontractors, the name of only those SUBCONTRACTOR(S) that will perform the category of work so identified.

If the Bidder will use his own employees to perform any category of the work for which he would otherwise be required to list a SUBCONTRACTOR, The Bidder must be qualified to perform such work under the terms of the “Invitation for Bids”, the Contract, and South Carolina law and the Bidder shall list his company name in the appropriate place herein.

A SUBCONTRACTOR is an entity who is properly licensed pursuant to SC law that will perform work or render service to the prime contractor. Material suppliers, manufacturers and fabricators are not SUBCONTRACTORS and are not to be listed. Bidders should insure that listed subcontractors hold the proper license (both subcategory and financial level required) for the entire scope of work in their category. If the prime contractor intends to submit more than one subcontractor for a particular category listing, it must designate which portion of work each subcontractor will perform on the subcontractor listing submitted with its bid. (Ex: one listed subcontractor for BUR and another listed subcontractor for metal roofing.)

FAILURE BY THE RESPONDENT TO LIST THE NAME(S) OF SUBCONTRACTORS IN ACCORDANCE WITH THIS REQUEST MAY RENDER THE PROPOSAL NONRESPONSIVE AND/OR NONRESPONSIBLE.

Page 40: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

28

Attachment C

Minority Participation Affidavit

• Is the bidder a South Carolina Certified Minority Business? (Yes) _____ (No) _____

• Is the bidder a Minority Business certified by another governmental entity?(Yes) _____ (No) _____

• If so, please list the certifying governmental entity: ____________________________

______________________________________________________________________

• Will any of the work under this contract be performed by a SC certified Minority Businessas a subcontractor? (Yes) _____ (No) _____

• If so, what percentage of the total value of the contract will be performed by a SC certified Minority Business as asubcontractor? ________%

• Will any of the work under this contract be performed by a minority business certified by another governmentalentity as a subcontractor? (Yes) _____ (No) _____

• If so, what percentage of the total value of the contract will be performed by a minority business certified byanother governmental entity as a subcontractor? _______%

If a certified Minority Business is participating in this contract, please indicate all categories for which the Business is certified:

_____ Traditional minority _____ Traditional minority, but female _____ Women (Caucasian females) _____ Hispanic minorities _____ Temporary certification _____ Other minorities (Native American, Asian, etc.)

Note: If more than one minority Contractor will be utilized in the performance of this contract, please provide the information above for each minority business.

Page 41: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

29

Attachment D

MINORITY BUSINESS ENTERPRISE (MBE) UTILIZATION COMMITMENT

Firm Name:

Project:

Bid/Proposal #:

Signature:

The bidder/proposer will utilize the following MBE firms:

Name/address/city/telephone/ of MBE Firm Type of MBE * Trade/service category Dollar Value

Name: Address: City & State: Telephone: Name: Address: City & State: Telephone: Name: Address: City & State: Telephone: Name: Address: City & State: Telephone: Name: Address: City & State: Telephone: Name: Address: City & State: Telephone: Name: Address: City & State: Telephone:

Total $ This MBE total is % of total anticipated work

% with ethnic minority firms % with women-owned firms

MBE – Minority Business Enterprise, a business concern that is at least fifty-one percent owned and daily managed by one or more of the following citizens of the United States: B-Black/African Americans, H-Hispanic Americans, N-Native Americans (includes American Indians, Eskimos, Aleuts and Native Hawaiians), AP-Asian Pacific Americans, A-Asians, W-Woman citizen of the United States, regardless of race or origin. Code by type of MBE: B, H, N, AP, A, W.

NOTE: A business that presents itself as a minority business may participate in the project but may not be counted toward the MBE goal until it is a certified minority business enterprise. Certification must be obtained prior to the completion of the project. The Program Manager accepts firms that have MBE certification from the South Carolina Governor’s Office of Small and Minority Business Assistance, a Minority Supplier Development Council, a SDB certification from the U.S. Small Business Administration or others as approved.

The responding firm agrees to furnish additional information as required by Program Manager.

Page 42: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

30

Attachment E

STATEMENT OF INTENT TO PERFORM WORK WITHOUT SUBCONTRACTING

Firm Name:

Project:

Bid/Proposal #:

Signature:

It is the intent of the above named firm to self-perform 100% of the work as outlined in this bid/proposal.

The bidder/proposer states the following:

1. That it is a normal business practice of the bidder to perform all elements of this type contract with its own employees.

2. That if it should become necessary to subcontract some portion of the work at a later date, the bidder/proposer willnotify program manager and provide documented good-faith efforts to comply with all requirements of the MBEprogram in providing equal opportunities to MBE firms.

3. Bidder/proposer will provide equal opportunity for MBEs to participate in significant material-supplier opportunitiesavailable under this scope of work and will document good faith efforts as required by program manager.

Page 43: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

31

Attachment F

CERTIFICATE OF MINORITY BUSINESS ENTERPRISE UNAVAILABILITY

Firm Name:

Project:

Bid/Proposal #:

Signature:

Name of Address, City, Date of Contact Trade/Service Category MBE Firm & Contact Person & Contact Person Participating

Bidder/proposer in accordance with the bid/proposal documents, states that the above MBE firm(s): a) are capable subcontractor(s) and (b) were contacted in good faith and (c) that the MBE firm(s) are not participating in this bid/proposal as indicated above. Form may be copied and supplemental information attached.

A finding that any of the information submitted is false will constitute grounds for recommending that the bid/proposal not responsive

Page 44: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

32

Attachment G CHARLESTON COUNTY SCHOOL DISTRICT

NO BID REPLY FORM

IF YOU INTEND TO ENTER A “NO BID” RESPONSE TO OUR REQUEST FOR BIDS, PLEASE INDICATE YOUR REASONS BELOW. WE WILL USE THIS INFORMATION TO BETTER IDENTIFY BIDDERS FOR PARTICULAR COMMODITIES, UPDATE OUR RECORDS AND IMPROVE THE QUALITY AND CONTENT OF OUR REQUESTS FOR BIDS. THIS INFORMATION WILL NOT PRECLUDE YOUR RECEIPT OF FUTURE INVITATIONS UNLESS YOU REQUEST REMOVAL FROM THE BIDDERS LIST OR FROM A PARTICULAR PRODUCT CATEGORY. WE TREAT THIS “NO BID” RESPONSE AS A PROPER REPLY TO AN INVITATION. FAILURE TO RETURN THIS FORM FOR A “NO BID” COULD RESULT IN YOUR BEING REMOVED FROM THE BIDDERS LIST AS “NOT INTERESTED”.

( ) 1. We do not wish to participate in the bid process.

( ) 2. We do not wish to bid under the terms and conditions of the request for bid document. Our objections are.......

_________________________________________________________________________________________

__________________________________________________________________________________________

( ) 3. We do not feel we can be competitive.

( ) 4. We cannot submit a bid because of the marketing or franchising policies of the manufacturing company.

( ) 5. We do not wish to sell to Charleston County School District. Our objections are................

____________________________________________________________________________________________

____________________________________________________________________________________________

( ) 6. We do not sell the items/service on which bids are requested.

( ) 7. Other ______________________________________________________________________________________

_____________________________________________________________________________________

( ) 8. We wish to remain on the bidders’ list.

( ) 9. We wish to be deleted from the bidders’ list.

( ) 10. Remove us from this item(s)/service only.

COMPANY NAME ________________________________________________________________

SIGNED _______________________________________________________________________

Date: ___________

BID TITLE:

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

Page 45: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002113

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS

002113

1

1. EXPLANATION TO BIDDERS Any explanations desired by bidders regarding the meaning or interpretation of the drawings and specifications should be requested in written form from the Program Manager and/or the Architect/Engineer with sufficient time allowed for a reply to reach them at least seven (10) days before the submission of their bids. Oral explanations or instruction given before the award of the Contract will not be binding. Any interpretations made will be in the form of an addendum to the Specifications or Drawings and will be furnished to all bidders and its receipt by the bidder shall be acknowledged on the bid form in the space provided. 2. APPROVAL OF MATERIALS, EQUIPMENT AND SUBSTITUTIONS PRIOR TO

OPENING OF BIDS A. Substitutions: The Contract shall be based on the standards of quality established in the Contract Documents. Products specified by reference to standard specifications such as ASTM and similar standards do not require further approval except for interface within the Work. Do not substitute materials, equipment, or methods unless such substitution has been specifically approved in writing for this Work by the Architect. All approved substitutions shall be listed on the form provided in the Bid Form. B. "Or equal": Where the phrase "or equal," or "equal as approved by the Architect", occurs in the Contract Documents, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically approved for this Work by the Architect. The decision of the Architect shall be final. C. Approval of Substitutions and "Or equal" Materials: In cases where a bidder is in doubt concerning the acceptability of a material that he desires to use as a basis for this bid, the bidder may request the Architect/Engineer's approval to use such material in lieu of that particularly mentioned as a basis of this bid. Requests from material dealers and subcontractors must be made through a bidder. Such requests shall be submitted in writing to the Program Manager, in duplicate, so that this request may be forwarded to the Architect/Engineer for approval. The Architect/Engineer's approval to use the materials as a basis of bids will, if granted, be in writing and a copy will be forwarded to all other bidders. Approval to use a material as a basis of bids shall not constitute final approval. Such approval granted prior to opening of bids shall be subject to reconsideration after the bids are received and before the award of the Contract. Final approval of all materials proposed in lieu of those particularly mentioned will be submitted through the apparent low Contractors as provided in Division 1, General Conditions, of the Contract Specifications. In view of the relatively short time available for consideration of requests and advising all parties concerned prior to opening bids, bidders should limit such requests to those they consider particularly important and should

Page 46: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002113

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS

002113

2

submit such requests as far in advance of the opening of bids as practical and no less than ten (10) days prior to bid opening. 3. ADDENDA Changes or corrections may be made in the General Drawings and Specifications after they have been issued and before bids are received. In such cases, a written addendum describing the change or corrections will be issued by the Program Manager and the Architect/Engineer to all bidders. Such Addendum or Addenda will take precedence over the portion of the General Drawings and Specifications concerned and will be considered a part of the Contract Documents. Except in unusual cases, an addendum will be issued to reach the bidder at least four (4) days prior to bid opening time. 4. EXAMINATION OF DRAWINGS AND SPECIFICATIONS Each bidder shall carefully examine Drawings and Specifications and all Addenda or other revisions thereto and thoroughly familiarize himself with the detailed requirements thereof prior to submitting a bid. If any bidder is in doubt as to the true meaning of any part of the Drawings, Specifications or other documents, or if any part of the error, discrepancy, conflict or omission is noted, the bidder should immediately contact the Architect/Engineer and request clarification. The Architect/Engineer will clarify discrepancy, conflict or omission and will notify all bidders by Addendum in cases where the extent of the Work or the cost thereof will be appreciably affected. No allowance will be made after the bids are received for oversight by a bidder. 5. EXAMINATION OF OTHER CONDITIONS AFFECTING THE WORK Each bidder shall examine and thoroughly familiarize himself with all existing conditions including all applicable laws, ordinances, rules and regulations that will affect the work prior to submitting a bid. He shall visit the site, examine the grounds and all existing buildings, utilities and roads and shall ascertain by any reasonable means all conditions that will in any manner affect his work. He shall ask the Architect/Engineer for any additional information that he deems necessary for him to be fully informed as to exactly what is to be expected prior to submitting a proposal. The drawings have been prepared on the basis of surveys and inspections of the site and physical conditions at the site. This, however, shall not relieve the bidder of the necessity for fully informing himself as to the existing physical conditions. Each bidder shall carefully examine the existing conditions as compared to the Contract Documents. Any discrepancies noted between same shall be noted in writing to the Architect/Engineer eight (8) days prior to the established bid date for inclusion in a written Addendum. Verbal or telephone changes will not be considered binding. 6. DRAWINGS AND SPECIFICATIONS All copies of Drawings, Specifications and other documents furnished to bidders, sub-bidders and material suppliers shall be returned to the Program Manager within ten (10) days following the opening of bids.

Page 47: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002113

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS

002113

3

7. PREPARATION AND SUBMISSION OF BID Bids to be entitled to consideration must be made on the form provided in the Project Manual by the Architects/Engineers. All conditions set forth in the "Bid Form" and "Invitation to Bid" must be complied with. Figures shall be entered on the bid form in writing. All blank spaces shall be filled in properly or indicated as not applicable as necessary. No interlineations or alteration will be made on the bid form. If erasures are necessary and appear on the forms, each such erasure must be initialed by the person signing the bid. Bids shall be placed in an opaque envelope, sealed, addressed and delivered in the manner and at the time stipulated in the Invitation and/or Advertisement for Bids. Facsimile or telegraphic bids or bid modifications will not be considered. 8. BID GUARANTEE The bidder shall include with his proposal a certified check or bid bond for the sum of not less than five percent (5%) of the total amount of the bids, as evidence of good faith and as a guarantee that if awarded the Contract, the bidder will execute the Contract and give bond(s) as required by the Specifications. 9. RETURN OF BID BONDS OR CHECKS Bid bonds and checks will be returned to all except the three lowest bidders within ten (10) days after the formal opening of bids. The bid bond or check of the three lowest bidders will be returned within 48 hours after the Owner and Contractor have executed a Contract and the executed performance bond and payment bond has been approved by the Owner, or, if no award has been made within 60 days after the opening of bids so long as he has not been notified of the acceptance of this bid. 10. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after he has received notice of the acceptance of this bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 11. BIDDERS QUALIFICATIONS Proposals for each contract will be accepted from bidders who are regularly engaged in, and licensed to perform, the work they are bidding, which represents a significant portion of their total volume and who perform this work with workers regularly employed on their direct payrolls. Before a bid is considered for award, the bidder may be requested by the Program Manager to submit completed form SE-350 as to his previous experience in performing similar or comparable work and of his business and technical organization and financial resources and plant available to be used in contemplated work. The bidder may also be required to submit a

Page 48: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002113

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS

002113

4

statement of facts in detail on his proposed subcontractors as to their previous experience and past performance in performing similar work or comparable work. 12. ACCEPTANCE OR REJECTION OF BIDS The Owner reserves the right to reject any and all bids when such rejection is in the best interest of the Owner to reject the bid of the bidder who has previously failed to perform or to complete on time Contracts of a similar nature; and to reject the bid of a bidder who is not, in the opinion of the Architect/Engineer and/or Program Manager, in a position to perform the Contract. The Owner reserves the right to reject any subcontractor who has previously failed to perform properly in the opinion of the Architect/Engineer, Program Manager or the Owner. The Owner also reserves the right to waive any informalities and technicalities in bidding. The Owner may also accept or reject any of the alternates that may be set forth on the "Bid Form". The Contract will be awarded (unless all bids are rejected), under normal circumstances, to the lowest responsible bidder. The Owner reserves the right; however, to award the Contract in his best interest and therefore may select a bidder other than the lowest if he considers such to be advantageous to him. 13. WITHDRAWAL OF BIDS Bids may be withdrawn on written or telegraphed requests received from bidders prior to the time fixed for the opening. Negligence on the part of the bidder or its subcontractors in preparing the bid confers no right for the withdrawal of the bid after it has been opened. 14. CONTRACTOR'S LICENSES A. Each bidder (should his bid exceed $30,000) shall obtain a Contractor's License under

the provisions of the Contractor's Licensing Law (1976 Code) Volume 14, Chapter 11, Section 40-11-10 through 40-11-340 as amended. Specialty Contractor's Licenses can be obtained for the various building trades and information regarding these licenses can be obtained from the South Carolina Licensing Board for Contractors. It shall be the bidder's responsibility to provide appropriate licensing to perform the work described in the contract documents.

B. Any Owner hiring or contracting or having a Contract with any non-resident Contractor,

where such contract exceeds $10,000 or can be expected to exceed that amount, shall be required by law to withhold two percent (2%) of each and every payment made after January 1, 1959, to such non-resident individuals and partnerships, and foreign corporations as well.

C. If a Contractor has any employees earning income in South Carolina who are legal

residents of another state, he also becomes a withholding agent and must withhold South Carolina Income Taxes from the earnings of the non-resident employees on the basis of tables furnished by the South Carolina Tax Commission. If a Contractor subcontracts with other non-resident Contractors, he must withhold two percent (2%) of each and every payment made to the subcontractor if the total amount of the

Page 49: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002113

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS

002113

5

subcontract exceeds $10,000 or can be expected to exceed that amount. The subcontractor may obtain in the same relief as a Contractor by posting bond, per stipulations of this Act.

15. CLEANLINESS A particularly high standard of cleanliness will be rigidly enforced. Contractors will be required to perform daily clean-up and failure to do so will result in the work being performed by other forces. 16. WORK BY OTHER CONTRACTORS By submission of this bid, bidder acknowledges that he has read and is totally familiar with the scope of the other Contractor's work. 17. EXISTING UTILITIES Each Contractor shall be responsible for the protection of underground and overhead utilities in the work area which are shown on the Drawings and/or which can be detected by a visual inspection of the job site. Each Contractor is cautioned, however, that there may be existing unknown underground utilities neither visible nor shown on the Drawings. Each Contractor will take all reasonable precautions necessary to detect and preserve the service which these utilities provide. Should additional work be caused to the Contractor by the presence of such unknown underground utilities, the cost borne by the Contractor as a result of same shall be reimbursed by the Owner through the use of a negotiated Change Order. 18. PROHIBITION AGAINST GRATUITIES, ETC. The Contractor's attention is directed to Section 8-13-420 of the South Carolina Code of Laws, 1976 as amended regarding the prohibition against gratuities and kickbacks, etc. 19. CONSTRUCTION SCHEDULE The Contractor will be required to perform the work within the allocated time as outlined in the Specifications. 20. BONDS A Performance Bond and Labor and Material Bond, executed on AIA Document A312-2009, will be required in the amount of one hundred percent (100%) of the Contract amount. Cost of bonds to be included with the bid. 21. ACCESS TO PROJECT The Contractor will not be permitted to occupy the site of the Work or allowed on the property of the Owner until the written Notice to Proceed has been issued.

Page 50: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002113

INSTRUCTIONS FOR BIDDERS

INSTRUCTIONS FOR BIDDERS

002113

6

22. MINORITY PARTICIPATION Charleston County School District strongly encourages Minority Participation in the bidding process. All businesses that are certified by the State of South Carolina as a Certified Minority Business must submit a copy of their certificate with their bid. Successful Bidder will be required to submit to the Program Manager, on a form provided, with each Application For Payment, a listing of all SWMBE subcontracts, whether certified or not. 23. PROTEST CLAUSE Any actual or prospective bidder, offeror, contractor or subcontractor who is aggrieved in connection with the solicitation of a contract shall protest to the Director of Contracts & Procurement Services within ten (10) days of the date of issuance of the Invitation for Bids or Requests for Proposals or other solicitation documents, whichever is applicable, or any amendment thereto, if the amendment is at issue. Any actual or prospective bidder, offeror, contractor or subcontractor who is aggrieved in connection with the intended award or award of a contract shall protest to the Director of Contracts & Procurement Services within ten (10) days of the date of notification of award posting in accordance with the Charleston County School District Procurement Code and Regulations. END OF SECTION

Page 51: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002200

SUPPLEMENTARY INSTRUCTIONS

SUPPLEMENTARY INSTRUCTIONS

002200

1

SPECIAL CONDITIONS RELATED DOCUMENTS

Attention is directed to Division 1, General Requirements, AIA A107-2007 as amended (Article 9.3), and Instructions to Bidders which are binding in their entirety on this portion of the work and in particular to paragraphs concerning materials, workmanship and SUBSTITUTIONS.

GENERAL Definition of Terms A. The term "Architect/Engineer" refers to:

Owens & Associates 1007 Lake Hunter Circle Mount Pleasant, SC 29464 B. The term "Owner" refers to:

Charleston County School District 3999 Bridgeview Drive N. Charleston, SC 298405 C. The term "Program Manager" refers to:

Cumming Construction Management, Inc. 3820 Faber Place Drive, Suite 600 North Charleston, SC 29405

D. The term "Contractor" refers to the prime contracting firms or person who, for a lump

sum, fixed or wage, perform construction on the work included in the Plans and Specifications.

Location of Site Ashley River Elementary School is located at 1871 Wallace School Road, Charleston, SC 29407. Time of Completion

Page 52: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002200

SUPPLEMENTARY INSTRUCTIONS

SUPPLEMENTARY INSTRUCTIONS

002200

2

It is the intent of the Owner to award the Contract and issue a Notice of Award if the bid is acceptable and is within the funds available for the project. Based on this, the Contractor shall commence work under this Contract immediately upon date of the date of Notice to Proceed and achieve Substantial Completion date of Forty-Eight (48) calendar days from date of “Notice to Proceed”. Any change from this schedule must have written approval of the Owner. Bidder also agrees for the Owner to withhold Project liquidated damages for each consecutive calendar day thereafter the project remains incomplete in accordance with AIA Document A107 - 2007, Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program Manager as Advisor Edition, as amended and as outlined in Division 1 General Requirements, Section 017700 Closeout Procedures, Punch List and Deficiency List. Contractor’s Construction Schedule The Contractor shall submit to the Program Manager a Construction schedule, as required in the AIA Document A107 -2007 Article 9.8, as amended, within fourteen (14) calendar days of the Notice to Proceed. No Pay Applications will be processed until the Contractor has delivered an acceptable Construction Schedule as outlined in Section 013201 Project Schedule and as required in the AIA Document A107 – 2007. Contractors Quality Control: The Contractor shall establish a Quality Control Program for his work acceptable to the Program Manager and Architect and in accordance with the Contract Documents, and as outlined in Section 014500 Quality Control. Contractor may assign the duties of quality control (QC) to the superintendent. Contractors Supervision: The Contractor shall have on-site for the duration of his work and at all times that work is being performed a competent representative, capable of the following:

A. Supervision of tradesmen and coordination of the work of subcontractors. B. Reading and interpreting the Contract Documents. C. Orderly coordination of this work with the Program Manager and Architect in the

daily execution of the work. D. Laying out his work.

The Contractor's Superintendent shall be the sole supervisor of the Contractor's Labor Force and shall be on site whenever work is being performed. He shall attend the regularly scheduled progress meetings on-site, keep himself and his company informed of scheduled requirements,

Page 53: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002200

SUPPLEMENTARY INSTRUCTIONS

SUPPLEMENTARY INSTRUCTIONS

002200

3

safety hazards and general job conditions. He shall plan and pursue the work under his supervision in a professional and expeditious manner, in close coordination with the requirements of the Contractor’s approved Construction Schedule. The Contractors Superintendent shall maintain a written daily log of the progress of the work. This Log shall be kept at the jobsite, and made available to the A/E, Program Manager or Owner. A copy of the Contractors Daily Log shall be delivered to the Program Manager by 11: 00 AM the following work day. These reports shall contain as a minimum: Date, Day, Low and High Temperatures, Record of Precipitation, Quantity of the Contractors and Sub-Contractors personnel on site, A general description of work activities performed, Visitors, Deliveries, Inspections and any other comments that pertain to job progress. Receipt of Daily Reports shall be a prerequisite for approval of Monthly Progress Payments by the Program Manager. The Contractor shall submit resume/qualifications of the Contractor’s Superintendent within 7 days of Notice to Proceed. Owner Approval of Subcontractors and Personnel The Contractor shall not employ any subcontractor, superintendent or workmen whose employment on the project is objectionable to the Owner, Architect/Engineer or Program Manager. The Contractor shall submit a list of all Subcontractors within 7 days of Notice to Proceed. Contract Sublet, Assign and Transfer The Contractor shall not sublet, assign or transfer this contract without written approval of the Owner. Submittals The Contractor shall submit for review by the Architect/ Engineer, Shop Drawings, and Schedules, required by the Contract Documents, individual Specification Sections, and as outlined in Section 013300 Submittal Procedures. No Pay Applications will be processed until the Contractor has provided a “Submittal Schedule” and acceptable submittal information. All submittals shall be transmitted to the Program Manager for forwarding to the Architect/ Engineer for review based upon the Submittal Schedule which shall be prepared in conjunction with the Construction Schedule. Initial Submittals required are as follows: 1. Prior to Mobilizing On-Site.

Page 54: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002200

SUPPLEMENTARY INSTRUCTIONS

SUPPLEMENTARY INSTRUCTIONS

002200

4

a. Insurance Certificates. 2. Following Notice to Proceed.

a. Contract executed by the Contractor b. Labor and Material Payment bond (within 7 days after Contract execution by

Owner) c. Performance Bond (within 7 days after Contract execution by Owner) d. Shop Drawing Submittal Schedule (within 7 days) e. Schedule of Values (within 7 days) f. Superintendent’s Resume (within 7 days) g. Detailed Construction Schedule (within 10 days) h. Subcontractors listing and Major Material Suppliers (within 7 days) i. All required Submittals (within 14 days)

Project Closeout, Punch List, and Deficiency List The Contractor shall complete all punch list and deficiency items, and submit all close out documents as outlined in Division 01 General Requirements, Section 017700 Closeout Procedures, Punch List and Deficiency List. Liquated Damages will resume if all punch list items are not completed within 30 days of Substantial Completion. Retainage will continue to be withheld, and Final Payment will not be processed until all Closeout Documents, As Built and Record Drawings, Warranties and Guarantees and other items required for closeout are transmitted to the Program Manager. Program Manager The Owner has contracted with the Program Manager to serve as his agent throughout this project. The Program Manager will provide a Site Manager to represent the Owner during the construction work. Cleanliness A particularly high standard of cleanliness will be rigidly enforced. The Contractor will be required to perform daily cleanup in accordance with Article 9.12 of AIA Document AIA A107 – 2007, and as outlined in Section 014700, Cleaning. Special Conditions

Page 55: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 002200

SUPPLEMENTARY INSTRUCTIONS

SUPPLEMENTARY INSTRUCTIONS

002200

5

The following scope of work (and/or special conditions) considered a part of the bid requirements for the early site work. All terms and conditions as outlined in the project plans, specifications and addenda shall apply. Scope of Work, includes but is not limited to: The scope of work is to replace the existing power distribution system, gymnasium lighting and associated lighting controls.

END OF SECTION

Page 56: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 57: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 004300

SUBMITTAL OF SUBSTITUTIONS

SUBMITTAL OF SUBSTITUTIONS 004300

1

PART 1 - GENERAL

1.1 Related Documents

1.1.1 Furnish and install products specified under options and conditions for substitutions stated in this section and referred to in the AIA A107 – 2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition.

1.2 Products Lists

1.2.1 Within the bidding period for non-specified manufacturers of items specified by reference standards, submit to Architect/Engineer five (5) copies of complete list of major products which are proposed for installation.

1.2.2 Tabulate products by specifications' section number and title.

1.2.3 For products only by reference standards, list for each product:

A. Name and address of manufacturer

B. Trade name

C. Model or catalog designation

D. Manufacturer's data: 1) Reference standards2) Performance test data

1.3 Contractor's Options

1.3.1 For products specified only by reference standard, select product meeting that standard by any manufacturer.

1.3.2 For products specified by naming several products or manufacturers, select any one of the products and manufacturers named which complies with the specifications.

1.3.3 For products specified by naming several products or manufacturers and stating "or equivalent", "or equal," or "or approved equal" submit a request as for substitutions, for any product or manufacturer which is not specifically named.

1.4 Substitutions

Page 58: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 004300

SUBMITTAL OF SUBSTITUTIONS

SUBMITTAL OF SUBSTITUTIONS

004300 2

1.4.1 Contractor's Base Bid shall be in strict accordance with the drawings and project manual. Contractor has the option of requesting substitutions during the bidding period by submitting completed substitution requests a minimum of ten (10) days prior to Bid Date.

A. After the end of that period, requests will be considered only in case of

product unavailability or other conditions beyond the control of the Contractor.

1.4.2 Submit separate requests for each substitution. Support each request with the

following: A. Complete data substantiating compliance of proposed substitution with

requirements stated in contract documents: 1) Product identification, including the manufacturer's name and

address. 2) Manufacturer's literature; identify: a. Product description b. Reference standards c. Performance and test data 3) Samples, as applicable. 4) Name and address of similar projects on which product has been

used, and date of each installation. B. Itemized comparison of the proposed substitution with product specified;

list significant variations. C. Data relating to changes in construction schedule. D. Any effect of substitution on separate contracts. E. List of changes required in other work or products. F. Designation of required license fees or royalties. G. Designation of availability of maintenance services, sources of

replacement materials. H. Details regarding any difference in cost. 1.4.3 Substitutions will not be considered for acceptance when: A. They are indicated or implied on shop drawings or product data

submittals without formal request from Contractor.

Page 59: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 004300

SUBMITTAL OF SUBSTITUTIONS

SUBMITTAL OF SUBSTITUTIONS 004300

3

B. Acceptance will require substantial revision of contract documents.

C. In the judgment of Architect/Engineer, do not include adequate information necessary for a complete evaluation.

D. If requested after contract award directly by a trade Contractor, sub-contractor or supplier.

1.4.4 Substitute products shall not be ordered or installed without written acceptance of Architect/Engineer.

1.4.5 Architect/Engineer will determine acceptability of proposed substitutions.

1.5 Contractor's Representation

1.5.1 In making formal request for substitution, Contractor represents the following:

A. He has investigated the proposed product and has determined that it is equivalent to or superior in all respects to that specified.

B. He will provide same warranties or bonds for substitution as for product specified.

C. He will coordinate installation of accepted substitution into the work, and make such changes as may be required for the work to be complete in all respects.

D. He waives claims for additional costs caused by substitution which may subsequently become apparent.

1.6 Architect/Engineer Duties

1.6.1 Review Contractor's request for substitutions with reasonable promptness.

1.6.2 Notification to Contractor shall be in accordance with General Conditions.

1.7 Substitution Request Form

1.7.1 The Substitution Request Form follows this Section.

END OF SECTION

Page 60: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 004300

SUBMITTAL OF SUBSTITUTIONS

SUBMITTAL OF SUBSTITUTIONS

004300 4

SUBSTITUTION REQUEST FORM TO: PROJECT: We hereby submit for your consideration the following product instead of the specified item for the above project: Drawing Spec. Sect. No. Paragraph Specified Item ________ ________ _______________ Proposed Substitution: Attach complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality and performance to that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. Fill in blanks below: A. Does the substitution affect dimensions shown on the Drawings? Yes No ____ If yes, clearly indicate the changes: B. Will the undersigned pay for changes to the building design, including engineering and detailing

costs caused by the requested substitution? Yes No ___ C. What effect does substitution have on other Contracts or other Trades? D. What effect does substitution have on construction schedule? E. Manufacturer's warranties of the proposed and specified items are: Same Different (Explain on attachment.)

Page 61: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 004300

SUBMITTAL OF SUBSTITUTIONS

SUBMITTAL OF SUBSTITUTIONS

004300 5

F. Reason for request: G. Itemized comparison of specified item(s) with the proposed substitution; list significant variations: H. Accurate cost date comparing proposed substitution with product specified: I. Designation of maintenance services and sources: (Attach additional sheets if required.)

Page 62: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 004300

SUBMITTAL OF SUBSTITUTIONS

SUBMITTAL OF SUBSTITUTIONS - 6

CERTIFICATE OF EQUAL PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: Signature Title Firm Address Telephone Signature shall be by person having authority to legally bind his firm to the above terms. Failure to provide legally binding signature will result in rejection of proposed substitution.

For Use By Architect: Accepted Accepted as Noted Not Accepted Received Too Late By: Date: Remarks:

Page 63: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 005200

CONTRACT DOCUMENTS

AGREEMENT FORM

005200 1

FORM OF AGREEMENT AND GENERAL CONDITIONS

I. FORM OF AGREEMENT

The Form of Agreement between the Owner and Contractor shall be AIA Document A107-2007, Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program Manager as Adviser Edition, as amended, and is hereby made a part of these Documents.

END OF SECTION

Page 64: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 65: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 66: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 67: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 68: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 69: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 70: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 71: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 72: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 73: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 74: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 75: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 76: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 77: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 78: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 79: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 80: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 81: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 82: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 83: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 84: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 85: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 86: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 87: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 88: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 89: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 90: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 91: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 92: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 93: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012100

ALLOWANCES

ALLOWANCES

012100

1

PART I - GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including AIA Document A107-2007, Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program Manager as Adviser Edition, as amended, General and Supplementary conditions and other Division-1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative procedural requirements governing handling and processing allowances.

1. Selected materials and equipment, and in some cases, their allowances.

Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. Additional requirements, if necessary, will be issued by Change Order.

B. Types of allowances required include the following:

1. General Contingency $15,000.00

C. Procedures for submitting and handling Change Orders are included in Section

0012600 “Contract Modification Procedures”.

D. Inclusion of unit prices is explained in Section 012200 “Unit Prices”. 1.3 SELECTION AND PURCHASE

A. At earliest feasible date after Contract award, advise Program Manager of date when final selection and purchase of each product or system described by allowance must be completed in order to avoid delay in performance of Work.

1. When requested by Program Manager, obtain proposals for each

allowance for use in making final selections; include recommendations that are relevant to performance of Work.

2. Purchase products and systems as selected from designated supplier.

Page 94: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012100

ALLOWANCES

ALLOWANCES

012100

2

B. Costs Included in Allowances: Cost of product to Contractor or Subcontractor, delivery to site and applicable taxes (less applicable trade discounts), product handling at the site, including unloading, uncrating, and storage; protection of products from elements and from damage, and labor for installation and finishing, unless specifically stated otherwise in allowance for particular product. Cost shall also include overhead and profit associated with each item.

D. Program Manager (in consultation with the Architect) Responsibilities:

1. Consult with Contractor in consideration and selection of products,

suppliers and installers. 2. Select products in consultation with Owner and transmit to Contractor. 3. Prepare Change Order.

E. Contractor Responsibilities:

1. Assist Program Manager in selection of products, suppliers and installers. 2. Obtain proposals from suppliers and installers and offer

recommendations. 3. On notification of selection by Program Manager, execute purchase

agreement with designated supplier and installer. 4. Arrange for and process shop drawings, product data, and samples.

Arrange for delivery. 5. Promptly inspect products upon delivery for completeness, damage, and

defects. Submit claims for transportation damage. 1.4 SUBMITTALS

A. Submit proposals for purchase of products or systems included in allowances, in form specified for Submittals.

B. Submit invoices or delivery slips to indicate actual quantities of materials

delivered to site for use in fulfillment of each allowance. 1.5 UNUSED MATERIALS

A. Return unused materials to manufacturer or supplier for credit to Owner, after installation has been completed and accepted.

B. When not economically feasible to return unused material for credit and when

requested by Program Manager, prepare unused material for Owner's storage, and deliver to Owner's storage space as directed. Otherwise, disposal of excess material is Contractor's responsibility.

Page 95: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012100

ALLOWANCES

ALLOWANCES

012100

3

PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 INSPECTION

A. Inspect product covered by allowance promptly upon delivery for damage or defects.

3.2 PREPARATION

A. Coordinate materials and installation for each allowance with related construction to ensure that each allowance item is completely integrated and interfaced with related construction activities.

3.3 SCHEDULE OF ALLOWANCES

1. General Contingency $15,000.00

END OF SECTION

Page 96: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 97: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

WEST ASHLEY HEAD START SITE IMPROVEMENTS

SECTION 012200

UNIT PRICES

UNIT PRICES

012200 1

PART I - GENERAL 1.01 SECTION INCLUDES A. This Section specifies administrative and procedural requirements for unit prices. 1.02 RELATED DOCUMENTS A. AIA Documents A107-2007, as amended, Drawings and general provisions of Contract,

including General and Supplementary Conditions and other Division 1 Specification Sections, and the Technical Specification Divisions 2 through 48 apply to this Section.

1.03 GENERAL DESCRIPTION A. A unit price is an amount proposed by Bidders and stated on the Bid Form as a price per

unit of measurement for materials or services that will be added to or deducted from the Contract Sum by Change Order in the event the estimated quantities or Work required by the Contract Documents are increased or decreased.

B. The unit prices shall include all labor, materials, bailing, shoring, removal, overhead,

profit, insurance, etc., to cover the finished work of the kinds called for. C. Refer to individual Specification Sections for construction activities requiring the

establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections and as listed on the Form of Proposal.

1. The Owner reserves the right to reject the Contractor's measurement of work-in-

place that involves the use of established unit prices, and to have this Work measured by an independent survey or acceptable to the Contractor at the Owner's expense.

PART II – REQUIRED UNIT PRICES 2.01 DESCRIPTION UNIT COST

NONE

END OF SECTION

Page 98: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 99: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012300

ALTERNATES

ALTERNATES

012300 1

PART 1 - GENERAL 1.01 DESCRIPTION A. Work Includes: Provide alternative bid proposals as described in this Section. B. Related Documents: 1. Documents affecting work of this Section include, but are not necessarily limited to, AIA

Documents A107 as amended, Supplementary Conditions, and all applicable Sections in Division 1 of these Specifications.

C. Procedures: 1. Provide alternative bids to be added to or deducted from the amount of the Base Bid if

the corresponding change in scope is accepted by the Owner. 2. Include within the alternative bid prices all costs, including materials, submittals,

installation, and fees to provide a complete, operable and finished system. 3. Show the proposed alternative amounts opposite their proper description of the Bid

Form. 4. See Plans and Subparagraph 1.01.D of this specification for a description of alternates.

5. Alternative bid pricing is requested for the following: NONE

END OF SECTION

Page 100: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 101: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

CONTRACT MODIFICATION PROCEDURES

012600

1

PART 1 - GENERAL 1.1 DESCRIPTION

A. NO EXTRA WORK SHALL BE PERFORMED WITHOUT FIRST RECEIVING WRITTEN APPROVAL FROM THE PROGRAM MANAGER.

B. Work included: Make such changes in the Work, in the Contract Sum, in the

Contract Time of Completion, to any combination thereof, as are described in written Construction Change Directives or written Change Orders signed by the Owner, the Program Manager and the Architect and issued after execution of the Contract, in accordance with provisions of this Section.

C. Related Work:

1. Documents affecting work of this Section include, but are not necessarily

limited to, AIA Document A107-2007, Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program Manager as Adviser Edition, as amended, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications.

2. Changes in the Work are described further in Article 13 of AIA A107.

1.2 QUALITY ASSURANCE

A. Include within the Contractor's quality assurance program such measures as are needed to assure familiarity of the Contractor's staff and employees with these procedures for processing Change Order data.

1.3 SUBMITTALS

A. Make submittals directly to the Program Manager.

B. Submit the number of copies called for under the various items listed in this Section along with appropriate back-up materials.

1.4 PROCESSING CHANGES INITIATED BY THE OWNER

A. Should the Owner contemplate making a change in the Work or a change in the Contract Time of Completion, the Program Manager will issue a Proposed Change Order request or a Construction Change Directive to the Contractor.

1. Proposed Change Order requests will describe the contemplated change

Page 102: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

CONTRACT MODIFICATION PROCEDURES

012600

2

and will request that the Contractor provide a detailed price and estimate of time that it seeks in the event the change is authorized by the Owner.

2. Construction Change Directives will be dated and will be numbered in

sequence.

3. The Construction Change Directives will describe the contemplated change, and will carry one of the following instructions to the Contractor:

a. Make the described change in the Work at no change in the

Contract Sum and no change in the Contract Time of Completion in accordance with Article 13.2 contained in AIA A107-2007.

b. Make the described change in the Work, and provide for a credit

or cost to be determined in accordance with Article 13.2 contained in AIA A107-2007.

B. If the Contractor has been directed by the Program Manager to make the

described change in the Work at no change in the Contract Sum and no change in the Contract Time of Completion, but the Contractor wishes to make a claim for one or both of such changes, the Contractor shall proceed with the change and shall notify the Program Manager as provided for under Article 13.2 in AIA A107-2007.

C. If the Contractor has been directed by the Program Manager to make the

described change subject to later determination of cost or credit in accordance with Article 13.2.2 in AIA A107-2007, the Contractor shall:

1. Take such measures as needed to make the change; 2. Consult with the Program Manager and/or Architect and reach agreement

on the most appropriate method for determining credit or cost for the change.

D. If the Contractor has been directed by the Program Manager to promptly advise

him as to credit or cost proposed for the described change, the Contractor shall:

1. Analyze the described change and its impact on costs and time;

2. Secure the required information and forward it to the Program Manager for review;

3. Meet with the Program Manager and/or Architect as required to explain

costs and, when appropriate, determine other acceptable ways to achieve the desired objective;

Page 103: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

CONTRACT MODIFICATION PROCEDURES

012600

3

4. Alert pertinent personnel and subcontractors as to the impending change and, to the maximum extent possible, avoid such work as would increase the Owner's cost for making the change, advising the Program Manager in writing when avoidance no longer is practicable.

1.5 PROCESSING CHANGES INITIATED BY THE CONTRACTOR If the Contractor recommends a change in the Work, he shall submit a Proposed Change Order with detailed cost and time information as detailed below. 1.6 PROCESSING CHANGE ORDERS

CONTRACTOR’S ACTIONS A. Make written reply to the Program Manager in response to each Proposed

Change Order request or Construction Change Directive.

1. State proposed change in the Contract Sum, if any.

2. State proposed change in the Contract Time of Completion, if any.

3. Clearly describe other changes in the Work required by the proposed change or desirable therewith, if any.

4. Include full backup data such as, subcontractor's letter of proposal or

similar information.

5. Submit this response in a single copy. PROGRAM MANAGER’S ACTIONS

A. When cost of credit for the change has been agreed upon by the Owner and the Contractor, or the Owner has directed that cost or credit be determined in accordance with provisions of Article 13 of AIA A107-2007, the Program Manager will issue a Change Order or Constructive Change Directive to the Contractor.

B. Change Orders will be dated and will be numbered in sequence.

C. The Change Order will describe the change or changes, will refer to the

Construction Change Directive(s) involved, and will be signed by the Owner, the Program Manager and the Architect.

D. The Program Manager will issue five copies of each Change Order to the

Contractor.

Page 104: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

CONTRACT MODIFICATION PROCEDURES

012600

4

1. The Contractor promptly shall sign all four (4) copies and return all four

(4) copies to the Program Manager for the Architect's signature.

2. The Program Manager will sign and forward the four (4) copies to the Architect for his signature.

3. The Architect will sign all four (4) copies and return four (4) copies to the

Program Manager for the Owner's signature.

4. The Owner will sign all four (4) copies, retain one copy for his file and return the remaining four (4) copies to the Program Manager who will them forward fully executed copies to the Contractor and Architect.

E. Should the Contractor disagree with the stipulated change in Contract Sum, or

change in Contract Time of Completion, or both:

1. The Contractor promptly shall return three copies of the Change Order, unsigned by him, to the Program Manager with a letter signed by the Contractor's disagreement.

2. The Contractor's disagreement with the Change Order shall not in any

way relieve the Contractor of his responsibility to proceed with the change as ordered under pertinent provisions of the Contract Documents.

END OF SECTION

Page 105: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

CONTRACT MODIFICATION PROCEDURES

012600

5

Page 106: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

CONTRACT MODIFICATION PROCEDURES

012600

6

END OF SECTION

Page 107: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012900

PAYMENT PROCEDURES

PAYMENT PROCEDURES

012900

1

PART 1 - GENERAL 1.1 DESCRIPTION

A. Work included: Comply with procedures described in this Section when applying for progress payment and final payment under the Contract.

B. Related Work:

1. Documents affecting work of this Section include, but are not necessarily

limited to, AIA Documents A107-2007 Article 4, Supplementary Conditions and Sections in Division 1 of these Specifications.

2. The Contract Sum and the schedule for payments are described in the

Form of Agreement, AIA A107-2007, as amended.

3. Payments upon Substantial Completion and Completion of the Work are described in the AIA A107-2007, Article 15, as amended and in Division I of these Specifications, including - General Requirements – 017000 Execution and Closeout Procedures.

4. The Program Manager's and Architect's approval of applications for

progress payment and final payment is contingent upon the Program Manager's and Architect's approval of status of Project Record Documents pursuant to the requirements of Section 017839 and the AIA A107-2007, as amended.

5. The Program Manager’s and Architect’s approval of applications for

progress payment is contingent upon receipt of Project Schedule updates to be submitted along with each pay application as described in Section 013201 Project Schedule and the AIA A107-2007, as amended.

1.2 QUALITY ASSURANCE

A. Prior to approval of payment application Number One, secure the Program Manager's approval of the Project Schedule Section 013201, Submittal Schedule Section 013300 Submittal Procedures, and Schedule of Values Section 12973 of these Specifications.

B. During progress of the Work, modify the schedule of values as approved by the

Program Manager to reflect changes in the Contract Sum due to Change Orders or other modifications of the Contract.

C. Base requests for payment on the approved schedule of values.

Page 108: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012900

PAYMENT PROCEDURES

PAYMENT PROCEDURES

012900

2

D. Payment Application Times: Each progress payment date is as indicated in the Agreement. The period of construction Work covered by each Application or Payment is the period indicated in the Agreement.

E. Application Preparation: complete every entry on the form, including notarization

and execution by person authorized to sign legal documents on behalf of the Contractor. Incomplete applications will be returned without action.

1.3 SUBMITTALS

A. Formal Submittal: Unless otherwise directed by the Program Manager:

1. Make formal submittal of request for payment by filling in all appropriate information, by typewriter or neat lettering in ink, on AIA Document G702, "Application and Certificate for Payment", plus Continuation Sheets, AIA Document G703, using data from the Schedule of Values and the accompanying cost loaded schedule, if applicable. Submit other supporting documentation required by the Program Manager as detailed by the AIA A107-2007, but not limited to lien waivers, Consent of Surety, etc.

2. Sign and notarize the Application and Certificate for Payment.

3. Submit the original of the Application and Certificate for Payment, plus

two (2) identical copies of the entire Application including all continuation sheet or sheets, to the Program Manager. All copies shall bear original signatures and original notarizations.

4. The Program Manager will review the formal submittal and, upon

agreement, will distribute:

a. Three (3) copies to Architect for Approval and Signature. b. After approval of Architect who will retain one (1) copy, the

Program Manager will retain one copy and transmit four copies to the Owner.

5. Request for Payment against any change order will not be honored until

the change order is signed by all appropriate parties.

B. Application for Payment at Substantial Completion: Following issuance of the Certificate of Substantial Completion, submit an Application for Payment; this application shall reflect any Certificates of Partial Substantial Completion issued previously for Owner occupancy or designated portions of the Work.

Page 109: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012900

PAYMENT PROCEDURES

PAYMENT PROCEDURES

012900

3

Administrative actions and submittal that shall proceed or coincide with this application include:

1. Occupancy permits and similar approvals. 2. Warranties (guarantees) and maintenance agreements. 3. Test/adjust/balance records. 4. Maintenance instructions. 5. Start-up performance reports. 6. Change-over information related to Owner's occupancy, use operation

and maintenance. 7. Final cleaning. 8. Application for reduction of retainage and consent of surety. 9. Advice on shifting insurance coverage’s. 10. Punch list of incomplete Work, recognized as exception to Architect's

Certificate of Substantial Completion (area by area). 11. Change of door locks to Owner's access keys.

C. Final Payment Application: In conjunction with the requirements of administrative

actions and submittals which must precede or coincide with submittal of the final payment Application for Payment include the following:

1. Completion of Project closeout requirements. 2. Completion of items specified for completion after Substantial

Completion. 3. A final release which indicates no further claims will be submitted against

this contract. 4. Assurance that Work is complete. 5. Transmittal of required Project Construction Records to Owner including

all record documents. 6. Proof that all taxes, fees and similar obligations have been paid. 7. All required lien releases/waiver of claims from subcontractors, suppliers

and other vendors. 8. Consent of Surety.

END OF SECTION

Page 110: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 111: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012973

SCHEDULE OF VALUES

SCHEDULE OF VALUES

012973

1

PART 1 - GENERAL 1.1 DESCRIPTION

A. Work included: Provide a detailed breakdown of the agreed Contract Sum showing values allocated to each of the various parts of the Work, as specified herein and in other provisions of the Contract Documents.

B. Related Work:

1. Documents affecting work of this Section include, but are not necessarily

limited to AIA A107, as amended, Supplementary Conditions, and Sections in Division 1 of these Specifications.

2. Schedule of Values is required to be compatible with the continuation

sheet, accompanying applications for payment, as described in Section 012900 – Payment Procedures as well as schedule cost loading if required by Section 013201 – Project Schedule.

1.2 QUALITY ASSURANCE

A. Use required means to assure arithmetical accuracy of the sums described.

B. When so required by the Program Manager and/or Architect, provide copies of the subcontractor's Schedule of Values or other data acceptable to the Program Manager and/or Architect, substantiating the sums described.

1.3 SUBMITTALS

A. Format and Content: Use the Project Manual Table of Contents as a guide to establish the format for the Schedule of Values.

1. Identification: Include the following Project identification on the Schedule

of Values:

a. Project name and location. b. Name of the Architect. c. Project number. d. Contractor's name and address. e. Date of submittal.

Page 112: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012973

SCHEDULE OF VALUES

SCHEDULE OF VALUES

012973

2

2. Arrange the Schedule of Values in a tabular form with separate columns to indicate the following for each item listed for each construction phase:

a. Generic name. b. Related Specification Section. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Dollar value. g. Percentage of Contract Sum to the nearest one-hundredth

percent, adjusted to total 100 percent.

3. Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Break principal subcontract amounts down into several line items.

4. Round amounts off to the nearest whole dollar; the total shall equal the

Contract Sum.

5. For each part of the Work where an Application for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work.

6. Allowances: Show line item value of each allowance noted in Section

012100 Allowances.

7. Margins of Cost: Show line items for indirect costs, and margins on actual costs, only to the extent that such items will be listed individually in Applications for Payment. Each item shall be complete including its total cost and proportionate share of general overhead and profit margin.

a. Temporary facilities and other major cost items that are not direct

cost of actual work-in-place shall be shown as separate line items in the Schedule of Values.

8. Schedule Updating: Update the Schedule of Values when Change

Orders or Construction Change Directives result in a change in the Contract Sum.

B. Prior to first application for payment, submit a proposed schedule of values to the

Program Manager.

Page 113: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 012973

SCHEDULE OF VALUES

SCHEDULE OF VALUES

012973

3

1. Meet with the Program Manager and determine additional data, if any

required to be submitted.

2. Secure the Program Manager's approval of the schedule of values prior to submitting first application for payment. NO APPLICATIONS FOR PAYMENT WILL BE PROCESSED PRIOR TO APPROVAL OF THE SCHEDULE OF VALUES, as well as other submittals required by contract to accompany payment applications.

3. AIA Form G703 and "Form A" provided by the Program Manager shall be

submitted with all columns and spaces completed. END OF SECTION

Page 114: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 115: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013119

PROJECT MEETINGS

PROJECT MEETINGS

013119 1

PART 1 - GENERAL 1.1 DESCRIPTION

A. Work included: Various project meetings will be conducted throughout the construction period to enable orderly review during progress of the Work, to provide for systematic discussion of problems, to provide for efficient dispute resolution and to coordinate all phases of the Project toward completion in accordance with the Contract Documents.

B. This Section specifies administrative and procedural requirements for project

meetings including, but not limited to:

a. Pre-construction conferences. b. Weekly Project meetings. c. Pre-installation conferences.

1.2 QUALITY ASSURANCE

A. Each person designated by the Contractor to attend and participate in these project meetings must have proper authority to commit the Contractor to actions agreed upon in the project meetings. Any change in personnel by a Contractor will be forwarded in writing to the Program Manager prior to the change.

1.3 SUBMITTALS

A. Agenda Items: To the maximum extent practicable, advise the Program Manager and Architect/Engineer in writing at least 24 hours in advance of project meetings of agenda items proposed by the Contractor.

B. Minutes:

1. Unless indicated otherwise, the Program Manager will compile minutes of

each meeting, and will furnish one copy to the Contractor, Architect/Engineer(s) and required copies to the Owner. The Contractor may make and distribute such other copies as appropriate.

2. The Contractor’s Quality Control Officer will compile minutes for Quality

Control Meetings and Pre-installation Meetings. The QC Officer will furnish one copy to the Program Manager and Architect.

Page 116: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013119

PROJECT MEETINGS

PROJECT MEETINGS

013119 2

PART 2 - PRODUCTS

(No products are required in this Section) PART 3 - EXECUTION 3.1 MEETING SCHEDULE

A. The preconstruction conference will be held prior to the start of work on site and within 15 working days of the Notice to Proceed.

B. Informal job site meetings with onsite job superintendents will be held daily or on

an as needed basis.

C. Formal project meetings with attendance of the Prime Contractor's office Project Manager and Superintendent will be held weekly.

D. Pre-installation and other quality control meetings will be held as requested by

the Program Manager or Contractor prior to installation of specific items or as required by the contract specifications.

E. Coordination meetings will be held as requested by the Program Manager or

Contractor prior to any project work requiring coordination with the Owner, Contractor, subcontractors, governmental agencies or suppliers of specific items or as required by the contract specifications.

F. Dispute Resolution Board meetings shall be held as requested by the parties to

the Contract. Members of the DRB will attend all monthly Executive Briefings.

G. Coordinate as necessary to establish a mutually acceptable schedule for all meetings.

3.2 MEETING LOCATION

A. The Program Manager will establish meeting location. To the maximum extent practicable, meetings will be held at the job site.

3.3 PRECONSTRUCTION MEETING

A. A Preconstruction Meeting will be scheduled to be held within 15 working days after the Owner has issued the Notice to Proceed.

1. Provide attendance by authorized representatives of the Prime Contractor

Page 117: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013119

PROJECT MEETINGS

PROJECT MEETINGS

013119 3

and major subcontractors, at the Contractor’s discretion.

2. The Program Manager will advise other interested parties, including the Owner, and request their attendance, as necessary.

B. Minimum Agenda: Data will be distributed and discussed on at least the

following items:

1. Organizational arrangement of Prime Contractor's forces and personnel, and identification of major subcontractors, material suppliers, Program Manager, and Architect.

2. Channels and procedures for communication.

3. Construction schedule, including sequence of critical work.

4. Contract Documents, including distribution of required copies of original

Documents and revisions.

5. Processing of Shop Drawings and other data submitted to the Program Manager for transmittal to Architect for review.

6. Processing of Bulletins, field decisions, CCDs, Change Orders, and

Payment Applications.

7. Rules and regulations governing performance of the Work; 8. Procedures for safety and first aid, security, quality control, housekeeping

and related matters.

9. Preparation of record drawings.

10. Use of the premises.

11. Office, work and storage areas.

12. Equipment deliveries and priorities.

13. Working hours.

14. Request for Information format.

15. Notification of Defective and Non-Conforming Work format.

Page 118: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013119

PROJECT MEETINGS

PROJECT MEETINGS

013119 4

16. Rejection of Work format. 3.4 PROJECT MEETINGS

A. Attendance:

1. To the maximum extent practicable, assign the same person or persons to represent the Prime Contractor at project meetings throughout progress of the Work.

2. Conduct progress meetings at the Project site on a weekly basis, or more

frequently if necessary. Notify the Program Manager and Architect of scheduled meeting dates. Coordinate dates of meetings with preparation of the payment request.

3. Attendees: In addition to representatives of the Owner and Architect,

each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at the meetings by persons familiar with the Project and authorized to conclude matters relating to progress.

B. Minimum Agenda:

1. Review, revise as necessary, and approve minutes of previous meetings.

2. Review progress of the Work since last meeting, including status of

submittals for approval. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Review of Project Superintendent and Quality Control Manager’s daily reports since the last Project Meeting.

3. Identify problems that impede planned progress.

4. Develop corrective measures and procedures to regain planned

schedule. 5. Complete other current business.

6. Review Quality and work standards, updated as-built documents, and

record documents as required.

Page 119: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013119

PROJECT MEETINGS

PROJECT MEETINGS

013119 5

7. Schedule Updating: Revise the “look ahead” construction schedule after each progress meeting where revisions to the schedule have been made or recognized. The Contractor shall issue the revised “look ahead” schedule concurrently with the report of each meeting.

8. Review the present and future needs of each entity present, including

such items as: a. Interface requirements. b. Time. c. Sequences. d. Deliveries e. Off-site fabrication problems. f. Access. g. Site utilization. h. Temporary facilities and services. i. Hours of work. j. Hazards and risks. k. Cleaning and site conditions. l. Change Orders. m. Documentation of information for payment requests. n. Critical submittals. o. Critical RFI’s.

C. Revisions to minutes:

1. Unless published minutes are challenged in writing prior to the next

regularly scheduled progress meeting, they will be accepted as properly stating the activities and decisions of the meeting.

2. Persons challenging published minutes shall reproduce and distribute

copies of the challenge to all indicated recipients of the particular set of minutes.

3. Challenge to minutes shall be settled as priority portion of "old business"

at the next regularly scheduled meeting.

D. Reporting: No later than three (3) days after each progress meeting date, the Program Manager will distribute copies of minutes of the meeting to the Contractor, Architect/Engineer(s), and Owner.

END OF SECTION

Page 120: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 121: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

1

1.0 GENERAL The Contractor shall prepare, maintain and update a Microsoft Project (MP) Schedule as a means of project control and decision making for the Project Name. The MP Schedule shall be prepared in such a manner as to permit the orderly planning, organization and execution, to avoid conflict and ensure the orderly progress of work. The schedule shall be sufficiently detailed to accurately depict all the work required by the Contract. The MP schedule shall be updated and revised as necessary no less than monthly and shall accurately reflect and report the actual performance and progress of the work in accordance with Section 013201 Project Schedule. 1.1 SUBMITTALS The following shall be submitted in accordance with the paragraph herein titled “Submittal Procedures,” 9.8 AIA Document A107 - 2007. 1.1.1 Schedules

a. Microsoft Project Schedule (Target Schedule). b. Monthly Schedule Updates c. Look ahead Schedules as required by the Program Manager

1.2 QUALIFICATIONS The contractor shall designate an authorized representative who shall be responsible for the preparation of all required project schedules and schedule reports. This person shall have previously created and reviewed computerized schedules. The contractor may retain the services of a qualified scheduling consultant to generate the submissions. 2.0 EXECUTION 2.1 GENERAL Pursuant to the Contract Clause, Contractors Construction Schedule, a Project schedule as described below shall be prepared. The scheduling of construction shall be the responsibility of the Contractor. Contractor management personnel shall actively participate in its development and maintenance. Subcontractors and suppliers working on the project should also contribute in developing and

Page 122: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

2

maintaining an accurate Project Schedule. The approved Project Schedule shall be used for project management and Coordination, to measure the progress of the work, to aid in evaluating time extensions, and to provide the basis for all progress payments. 2.2 BASIS FOR PAYMENT. The schedule shall be the basis for measuring contractor progress. Lack of an approved schedule shall result in the inability of the Owner’s Representative to evaluate the Contractor’s progress for the purpose of payment. The Contractor shall provide the necessary schedule and cost reports for review and agreement of invoice quantities. 2.2.1 Payment The pay application should correlate to the latest schedule update and will not be processed without the schedule update as well as other required submittals. 3.0 PRELIMINARY MEETING 3.1 PRELIMINARY MEETING If requested by the Program Manager, participate in a preliminary meeting to discuss the proposed schedule requirements prior to submission of the schedule. 4.0 PROJECT SCHEDULE 4.1 PROJECT SCHEDULE REQUIREMENTS The Contractor shall provide a detailed Microsoft Project Schedule within 7 calendar days of contract award. The Contractor shall provide a Microsoft Project Schedule that has incorporated all requirements of the specifications. Failure of the Contractor to meet the requirements of this specification shall result in the disapproval of the schedule. 4.2 USE OF CRITICAL PATH METHOD The Microsoft Project Schedule of network calculation shall be used to generate the Project Schedule. The MP Schedule will show the order and interdependence

Page 123: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

3

of activities and the sequence in which the work is to be accomplished as planned. The basic concept of a MP schedule is to show how the start of any given activity is dependent on the completion of proceeding activities and how its completion restricts or restrains the start of following activities. The following Criteria will be utilized by the Owner’s Representative to determine the acceptability of the Project Schedule. 4.2.1 Critical Sequence The project critical path shall provide a realistic and uninterrupted sequence of activities to achieve project completion. 4.2.2 Constructability The project schedule must represent a realistic sequence of construction activities. 4.3 SCHEDULE REQUIREMENTS The project schedule shall include an appropriate level of detail. Failure to develop or update the Project schedule or provide data to the Program Manager at the appropriate level of detail, as specified by the Program Manager, shall result in the disapproval of the schedule. 4.3.1 Activity Durations Contractor submission shall use reasonable activity durations. Reasonable durations are those that allow the progress of activities to be accurately determined between payment periods (no more than 5 percent of all non-procurement activities original durations shall be greater than 15 work days). 4.3.2 Submittal and Material Procurement Activities In addition to construction activities, the MP schedule shall include the submittal and approval of materials, samples, and shop drawings, the procurement of critical and long lead-time materials and equipment. Schedule submittal activities shall allow sufficient time for material to be procured and installed even if the submittal is unacceptable, and re-submittal is required. Coordinate transmittals of different types of submittals for related elements of the work so processing will not be delayed by need to review submittals concurrently for coordination. 4.3.3 Owner Activities

Page 124: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

4

Owner and other agency activities shall be shown. These activities include, but are not limited to, approvals, inspections, utility tie-ins, and owner furnished equipment. A minimum of 15 workday duration will be allowed for Owner processing, approval and return of submittal, samples and shop drawings where approval is required. 4.3.4 Administrative Activities The Contractor shall include a level of activity detail to adhere to required administrative procedures, but not limited to, preparing schedules, safety plans, permits, inspections/surveys, installing and removing temporary facilities/utilities, pre-installation meetings, pour notifications, start-up/testing, Sub Contractor/Project closeout, and training of personnel. 4.3.5 Project Milestones Project milestones shall be included in the schedule to indicate key project and construction milestones including interim completion, final completion and construction assigned milestones. Phase completion dates, if contained in this contract, must be included as project milestones. 4.3.6 Contract Specifications The project Schedule shall include a level of activity detail to adhere to contract specifications (i.e. permit, notification, specified sequence of work, cure times, required test and inspection points.) 4.4 SCHEDULE PROJECT COMPLETION The schedule interval shall extend from the Notice to Proceed to the Contract Completion date. 4.4.1 Phasing The Project schedule shall include construction phasing requirements as specified in the contract. All activities required to be complete for a phase to be considered complete must be directly or indirectly tied into a phase completion milestone. 4.5 SCHEDULE LOGIC

Page 125: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

5

The schedule logic shall indicate a level of interdependency to indicate how the completion of one activity initiates the start of succeeding activities. 4.5.1 Negative Lags Lag durations contained in the project schedule shall not have negative value. 4.5.2 Activities Ties As a minimum, all activities with the exception of the start milestone and final completion milestone must have at a minimum one proceeding relationship tie and one succeeding relationship tie. 4.6 Cost Loading – N/A 4.7 ACTIVITY CODING At a minimum, all activities will be coded to identified activity type, work area, phase, work type and responsibility. The assigned code structure must be incorporated into the schedule along with any other coding that the contractor deems necessary. 4.8 ACTIVITY CALENDARS AND WORK PERIODS The Project Schedule shall indicate the contractor’s intended work schedule. 4.9 SCHEDULE ABBREVIATIONS The contractor shall clearly explain abbreviations used in the CPM schedule in a legend of symbols either separate or attached to the schedule. 5.0 PROJECT SCHEDULE SUBMISSION AND APPROVAL 5.1 PROJECT SCHEDULE SUBMISSION AND APPROVAL The Contractor shall provide the submissions as described below. The data disk, program, reports, and network diagrams required for each submission are contained in the paragraph SUBMISSION REQUIREMENTS. 5.2 PROJECT SCHEDULE

Page 126: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

6

The Project Schedule shall be submitted for approval within 7 calendar days after contract award. The schedule shall provide reasonable sequence of activities that represent work through the entire project and shall be at a reasonable level of detail. The Contractor and major Subcontractors shall review the CPM schedule prior to final submittal. 5.2.1 Review and Evaluation The Contractor shall participate in a meeting to discuss review and evaluation of the proposed schedule and reports by the Program Manager. Revisions necessary as a result of this review shall be resubmitted for approval of the Program Manager within seven Calendar days after the Conference. Allow a maximum of seven days for the Program Manager review. 5.2.2 Approved Schedule Once the Program Manager and Architect approves the schedule, the schedule will then be considered “frozen” and then be classified as the “target schedule.” The target schedule will be the baseline to analyze all changes. The approved schedule shall then be the schedule to be used by the Contractor for planning, organizing and directing the work, reporting the progress and requesting payment for work accomplished. 5.3 SCHEDULE UPDATES Once the schedule is approved, the twice-monthly schedule update will begin within 15 days. 5.3.1 Pay Application Schedule updates shall be submitted with each pay application. The pay application will not be approved until an approved schedule update is submitted as well as other required submittals. See Section 2.2: BASIS FOR PAYMENT. 5.3.2 Progress Reporting The Contractor and the Contractor’s Scheduler must, at a minimum, attend monthly progress meetings to report project schedule status and upcoming work status.

Page 127: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

7

6.0 SCHEDULE UPDATES

6.1 SCHEDULE UPDATES

The Contractor shall submit schedule updates twice monthly through project completion. These submissions shall enable the Program Manager to assess Contractors progress. If the Contractor fails or refuses to furnish the information and project schedule data, which, in the judgment of the Program Manager or authorized representative, is necessary for verifying the Contractor’s progress, the Contractor shall be deemed not to have provided an estimate upon which progress payment may be made.

6.2 PROJECT COMPLETION

Project completion and interim completions shall be easily identified and based on early completion date. Calculation on project updates shall be such that if the early finish of the last activity falls after the contract completion date, then the float calculation shall reflect a negative float on the critical path.

6.2.1 Late Completions

If negative float exists and is over 7 calendar days, then a recovery schedule will be prepared to reflect how the contractor intends to recover the lost time per Specification Section 6.5 RECOVERY SCHEDULE. Payment requests may be held up until CPM schedule is brought back into compliance with contract requirements.

6.3 OUT OF SEQUENCE PROGRESS

Activities that have posted progress without predecessors being completed (Out-of-Sequence Progress) will be allowed only on a case-by-case approval by the Program Manager. The Program Manager may direct that changes in schedule logic be made to correct any or all out-of-sequence work.

6.4 SCHEDULE REVISIONS

If a major change in scope of work, sequencing means or methods or some other factor that makes the baseline schedule obsolete occurs, the Contractor shall submit the revised plan for the approval of the Program Manager. If schedule changes are required (i.e. activities added, durations changed, sequences changed) the Program Manager shall be notified in writing stating the schedule revisions and the reasons for change. The Program Manager considers these

Page 128: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

8

changes to be of a major nature, the Contractor may be required to revise and resubmit for approval, without additional cost to the Owner. Upon approval the revised schedule will be considered the new baseline to which future analysis will be performed. 6.5 RECOVERY SCHEDULE Whenever the Contract fails to achieve a milestone established in the Contract Schedule, or the Contractor’s progress is not commensurate with that required to adhere to the contract time or milestones, the Contractor shall promptly undertake appropriate action at no additional cost to the Owner to recover the CPM Schedule. 6.5.1 The Contractor shall submit with the next application for payment a written recovery statement to the Program Manager describing the cause for slippage and the action planned by the Contractor to recover the Schedule. 6.5.2 The Contractor’s failure or neglect to take appropriate recovery action and to submit a written recovery statement shall constitute reasonable evidence that the Contractor is not executing the work, or separate part of the work, with a diligence that will insure its completion within the applicable contract time. The Program Manager shall constitute this as the basis to recommend the withholding of any payment otherwise due and may recommend that the Owner order the Contractor to take “Extraordinary Measures” which are detailed as follows: In the event the Owner determines that the performance of the Work has not progressed or reached the level of completion required by the Contract Documents, the Owner shall have the right to order the Contractor to take corrective measures necessary to expedite the progress of construction, including, without limitation, (1) working additional shifts or overtime; (2) supplying additional manpower, equipment, and facilities; and (3) other similar measures (referred to collectively as “Extraordinary Measures). Such Extraordinary Measures shall continue until the progress of the Work complies with the stage of completion required by the Contract Documents. The Owner’s right to require Extraordinary Measures is solely for the purpose of ensuring the Contractors compliance with the construction schedule.

Page 129: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

9

7.0 SCHEDULE SUBMISSION

7.1 SCHEDULE SUBMISSION

The contractor shall submit Disks, Programs, Reports, Diagrams and Charts with all project schedules and updated schedules in accordance with the submission section requirements. The Contractor shall include on all reports and graphics the Project Title, Contractor Name, Update Number, Revision Number and Date. Reports and graphics may be omitted per the Program Manager’s discretion.

7.2 DATA DISK

One data disk containing the project schedule shall be provided with all schedule submissions.

7.2.1 File Medium

Required data shall be submitted on Compact Disc.

7.2.2 Disk Label

A permanent exterior label shall be affixed to each disk submitted. The label shall indicate the type schedule (Preliminary, Target, Update, or Change), File name, full contact number, project name, project location, Contractor, data date name and telephone number of person responsible for the schedule.

7.2.3 File Name

Each File submitted shall have a name related to the project name and version number. The contractor shall develop a naming convention that will ensure that the names of the files submitted are unique and indicate sequence of submittal.

7.3 SCHEDULE REPORTS

7.3.1 Activity Data

The computer generated schedule reports shall include a tabulation of each activity shown on the detailed network diagram. The format for each activity for the schedule reports listed below shall contain the following information as a minimum:

Page 130: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

10

a. Activity Numbers b. Activity Description c. Original duration d. Remaining Duration e. Early Start Date f. Early Finish Date g. Percentage Complete h. Total float i. Responsibility Code j. Contractor’s earnings based on portion of activity completed,

if cost loaded k. Actual Start and Finish dates shall be printed for those activities in

progress or completed. 7.3.2 Required Sorts Provide the following report with each required submission a. Total float report listing all uncompleted activities sorted first by total

and then by early start. 7.4 ACTIVITY BAR CHARTS Bar Chart diagrams shall be submitted to represent the following: a. Two-week look ahead Bar Chart sorted by early start. b. Bar Chart containing all activities indicating actual progress versus

Baseline target schedule sorted by area and early start. c. Bar chart summarized by work type to contract completion. 7.5 SCHEDULE NARRATIVE – N/A 7.6 SCHEDULE CHANGES A detailed report shall be provided indicating all proposed schedule revisions and are subject to the Program Manager’s approval. 8.0 REQUEST FOR TIME EXTENSIONS 8.1 REQUEST FOR TIME EXTENSIONS

Page 131: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013201

PROJECT SCHEDULE

11

In the event the Contractor requests an extension of the contract completion date, he shall furnish such justification, project schedule data and supporting evidence as the Program Manager may deem necessary for a determination as to whether or not the Contractor is entitled to an extension of time under the provisions of the contract. 9.0 OWNERSHIP OF FLOAT 9.1 OWNERSHIP OF FLOAT Float available in the schedule, at any time, shall not be considered for the exclusive use of either the Owner or the Contractor. Float belongs to the Project and may be utilized by both the Owner and Contractor.

END OF SECTION

Page 132: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 133: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013300

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES

013300 1

1.0 GENERAL

A. The Contractor shall submit for review by the Architect/Engineer, Shop Drawings

and schedules required by the Specifications, or that may be requested by the Architect/Engineer, and no work shall be fabricated by the Contractor, except at his own risk, until such review has been completed.

1.1 FORM OF SUBMISSION MATERIALS A. SHOP DRAWING SCHEDULE 1. Within ten (10) days after date of Notice to Proceed, Contractor shall submit to

the Program Manager a Shop Drawing Submittal Schedule, which shall include the following minimum information:

a. List all items to be submitted for review referenced to the specific specifications

section.

b. Name of subcontractor if applicable.

c. Supplier and date of purchase order.

d. Total fabrication and delivery time from time submittals are returned to the Contractor.

e. Scheduled delivery date.

f. The Submittal Schedule shall reflect all installation dates. This will require that

sufficient lead time be allowed to address an adequate review period, securing necessary approvals, possible revisions and re-submittals, placing orders and securing delivery dates.

(NOTE): No applications for payment will be processed unless the above listed information has been submitted. The initial Shop Drawing Schedule must be approved by the Program Manager prior to the first progress payment. Further this shop drawing schedule must be updated monthly and submitted with the Contractor’s monthly application for payment. This is in addition to the requirement for monthly project schedule updates. B. SHOP DRAWINGS

Page 134: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013300

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES

013300 2

1. Scale and Measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work.

2. Types of prints required: Submit all Shop Drawings electronically in pdf

form and, for drawings, in the form of 2 blueline or blackline prints of each sheet. a. Data Disk – Submit two (2) data disk containing the shop drawings

shall be provided with all schedule submissions. File transfer systems will be permitted.

b. File Medium - Required data shall be submitted on Compact Disc.

c. Disk Label - A permanent exterior label shall be affixed to each disk

submitted. 3. Review comments of the Architect will be shown electronically when it is

returned to the Contractor. Upon approval of Shop Drawings the Contractor will submit (4) complete blueline or blackline drawings with Architect’s comments to the Program Manager.

4. The Contractor is to provide the Program Manager with (2) sets of “Field

Use” drawings incorporating all review comments. The Contractor may make and distribute such copies as are required for his purposes.

C. MANUFACTURER'S LITERATURE

1. Where contents of submitted literature from manufacturers include data not pertinent to the submittal, clearly show which portions of the contents are being submitted for review.

D. SAMPLES 1. Provide Sample or Samples identical to the precise article proposed to be

provided. Identify as described under "Identification of Submittals" below. 2. Number of Samples required: a. Unless otherwise specified, submit samples in the quantity which

is required to be returned, plus three which will be retained by the Architect and Program Manager.

b. By prearrangement in specific cases, a single sample may be

Page 135: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013300

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES 013300

3

submitted for review and, when approved, be installed in the Work at a location agreed upon by the Architect.

E. COLORS AND PATTERNS

1. Unless the precise color and pattern is specifically called out in theContract Documents, and whenever a choice of color or pattern isavailable in the specified products, submit accurate color and patterncharts to the Architect for selection.

1.2 SUBMISSION PROCEDURE

A. IDENTIFICATION OF SUBMITTALS

1. Multiple submittals on a single transmittal are not acceptable.Accompany each submittal with a letter of transmittal showing allinformation required for identification and checking.

2. Consecutively number all submittals.

a. When material is resubmitted for any reason, transmit with theoriginal number and sequential alphabetic suffix.

3. On at least the first page of each submittal, and elsewhere as required forpositive identification, show the submittal number in which the item wasincluded.

4. Maintain an accurate submittal log for duration of the Work, showingcurrent status of all submittals at all times. Make the submittal logavailable to the Architect and Program Manager for their review, uponrequest.

B. GROUPING OF SUBMITTALS

1. Unless otherwise specified, make submittals in groups containing allassociated items to assure that information is available for checking eachitem when it is received.

a. Partial submittals will be rejected as not complying with theprovisions of the Contract.

b. The Contractor may be held liable for delays so occasioned.

Page 136: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013300

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES

013300 4

2. Provide a separate transmittal and drawing number for each item to be

reviewed.

C. CHECKING SUBMITTALS PRIOR TO SUBMISSION

1. Prior to each submittal, carefully review and coordinate all aspects of

each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with

the specified requirements. 3. The drawings submitted shall be marked with the name of the project,

numbered consecutively and bear the signed and dated stamp of the approval of that Contractor as evidence that the drawings have been checked by the Contractor. Any drawings submitted without this stamp of approval will not be considered and will be returned to the Contractor for re-submission. If the shop drawings show variation from the requirements of the Contract because of standard shop practice or with reasons, the Contractor shall make specific mention of such variations in his letter of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment; otherwise, that Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though such shop drawings have been approved.

D. DELIVERY AND TIMING OF SUBMITTALS 1. All submittals shall be transmitted to the Program Manager for forwarding

to the Architect/Engineer for review within sixty (30) days after the Notice to Proceed. Any variance to this shall be noted in the Contractor’s Submittal Schedule

2. In scheduling, allow at least ten (10) calendar days for review by the

Architect following his receipt of the submittal (plus transit time). 3. Make all submittals far enough in advance to schedule dates for

installation, to provide time for required reviews, for securing necessary approvals, for revisions for re-submittals, and for placing orders and securing delivery.

E. ARCHITECT'S REVIEW

1. Review by the Architect does not relieve the Contractor from

Page 137: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013300

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES

013300 5

responsibility for errors which may exist in the submitted data.

2. The review of Shop Drawings will be general and shall not be construed as:

a. Permitting any departure from the Contract Requirements. b. Relieving the Contractor of the responsibility for any error in

details, dimensions or otherwise that may exist. c. Approving departures from additional details or instruction

previously furnished by the Architect/Engineer. 3. Revisions:

a. Make revisions required by the Architect. b. If the Contractor considers any required revisions to be a change,

he shall notify the Program Manager and/or Architect as provided for in the General Conditions.

c. Make only those revisions directed or approved by the Architect. 4. If a drawing, as submitted, indicates a departure from the Contract

requirements which the Architect/Engineer finds to be in the interest of the Owner and to be minor as not to involve a change in the Contract Price or time for performance, the Architect/Engineer may approve the drawing.

F. FINAL DISTRIBUTION OF SUBMITTALS 1. The Architect will retain one set of reviewed submittals and the Program

Manager will retain two sets of reviewed submittals, and return the remaining copies to the Contractor. The Contractor shall be responsible for the distribution of the Shop Drawings and schedules within his own organization and to his Subcontractors. The Contractor shall be responsible for distributing one (1) copy of the Mechanical, Electrical, Plumbing, and Fire Protection Submittals to the Commissioning Agent.

2. The Contractor shall be responsible for returning two (2) sets of, FOR

FIELD USE, and Erection drawings to the Program Manager. 3. The Contractor shall maintain at the site one record copy of all approved

Shop Drawings, Product Data, Samples, and FOR FIELD USE Drawings.

Page 138: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 013300

SUBMITTAL PROCEDURES

SUBMITTAL PROCEDURES

013300 6

These shall be available to the Program Manager, Architect, Third Party Inspectors, and Commissioning Agents. These records shall be delivered to the Program Manager for submittal to the Owner at the end of Work.

4. The Contractor will advise the Program Manager of the date that

reviewed shop drawings are forwarded to the manufacturers or fabricators. Unpriced copies of purchase orders placed with suppliers or fabricators are to be forwarded to the Program Manager when orders are placed.

END OF SECTION

Page 139: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014100

REGULATORY REQUIREMENTS

REGULATORY REQUIREMENTS 014100

1

A. The following requirements of Regulatory Agencies having an interest in this project are hereby made a part of this Contract.

B. The construction of the project, including the letting of contracts in connection therewith, shall conform to the applicable requirements of State, territorial and local laws and ordinances to the extent that such requirements do not conflict with Federal laws and this subchapter.

C. South Carolina Sales Tax: All applicable South Carolina sales tax shall be to the account of the Contractor.

D. Use of chemicals: All chemicals used during the project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with instructions.

E. Safety and Health Regulations: The Contractor shall comply with the Department of Labor and 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 (PL91-54).

F. Inspection by Agencies: The representatives of the South Carolina Department of Health and Environmental Control, Charleston County and South Carolina Department of Highways and Public Transportation, and, where applicable, municipalities in which a project is located, shall have access to the work wherever it is, in preparation or in progress, and the Contractor shall provide proper facilities for such access and inspection.

G. Withholding for Non-Residents shall comply with the following:

1. Attention of non-resident contractors is invited to Part Two, Act No. 855, Acts ofthe General Assembly of South Carolina 1958.

2. If a non-resident contractor is the successful bidder on this project, he shall berequired to post surety bond, or deposit cash or securities with the SouthCarolina Tax Commission in compliance with the Act. Proof of such coverageshall be filed with the Engineer before work is started.

3. If the Contractor fails to comply with the regulations of the South Carolina TaxCommission, two percent (2%) of each and every payment made to theContractor shall be retained by the Owner to satisfy such requirements.

END OF SECTION.

Page 140: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 141: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014126

PERMITS AND RIGHTS-OF-WAY

PERMITS AND RIGHTS-OF-WAY

014126 1

PART 1 - GENERAL 1.1 DESCRIPTION

A. Work included: This section establishes requirements pertaining to the securement and payment for licenses, building permits, rights-of-way, etc. necessary for the construction of the project.

B. Work not included: The Owner will obtain and provide to the Contractor, as

required, copies of:

1. Encroachment permits, State Highway Department. 2. Encroachment permits, Public Utility. 3. Easements obtained to cross private property. 4. S.C. Department of Health and Environmental Control Permit to

Construct.

C. Related Work: 1. Documents affecting work of this section include, but are not necessarily

limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these specifications.

1.2 SUBMITTALS

A. Submit to the Program Manager satisfactory evidence that all necessary licenses, building permits, etc. have been secured prior to commencing the work.

PART 2 - PRODUCTS

No products are required for this work. PART 3 - EXECUTION 3.1 BUSINESS LICENSE

A. Determine licenses necessary to perform the work at project location.

B. Obtain all necessary licenses at no additional cost to the Owner. 3.2 BUILDING PERMITS

A. Contractor shall secure all permits required whether of temporary or permanent nature. Contractor shall pay permit fees.

Page 142: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014126

PERMITS AND RIGHTS-OF-WAY

PERMITS AND RIGHTS-OF-WAY

014126 2

END OF SECTION

Page 143: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014200

REFERENCES

REFERENCES 014200

1

PART 1 - GENERAL

1.1 DESCRIPTION

A. Throughout the Project Documents, reference is made to specifications and standards issued by nationally recognized professional and/or trade organizations.

1. Unless otherwise specifically stated, all manufacturer's catalogs,specifications, instructions or other information or literature that arereferred to in the specifications shall be considered as the latest editionand/or revision of such publication that is in effect on the date of theInvitation or Advertisement for Bids.

2. When standard specifications such as the American Society for Testingand Materials, Federal specifications, Department of Commerce(Commercial Standards), American Institute of Steel Construction, orother well-known public or trade associations, are cited as a standard togovern materials and/or workmanship, such specifications or portionsthereof as referred to shall be equally as binding and have the full forceand effect as though it were copied into these specifications. Suchstandards as are mentioned are generally recognized by and available tothe trades concerned. The Program Manager will, however, upon requestof a bidder or Contractor, furnish for inspection a copy of any standardspecifications mentioned or direct the bidder or Contractor to an easilyavailable copy. Unless otherwise specifically stated, the standardspecifications referred to shall be considered as the latest edition and/orrevision of such specifications that is in effect on the date of the Invitationfor Bids. In case of any conflicts between standard specifications and thewritten portion of the Specifications, the specifications as actually writtenherein will govern.

3. The referenced standards are generally identified by abbreviating thename of the organization following with the specification/standardnumber.

4. Unless specifically indicated otherwise, all references to standards referto the latest edition available at the time of bidding.

1.2 ABBREVIATIONS

A. Wherever the following abbreviations are used in these Project Documents, they are to be construed the same as the respective expressions represented:

AASHO American Association of State Highway Officials

Page 144: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014200

REFERENCES

REFERENCES

014200 2

ACI American Concrete Institute ACPA American Concrete Pipe Association AGA American Gas Association AI Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute ALS American Lumber Standards ANSI American National Standards Institute, Inc. APA American Plywood Association ARI Air Conditioning and Refrigeration Institute ARMA Asphalt Roofing Manufacturers Association ASHRAE American Society of Heating,

Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASPE American Society of Plumbing Engineers ASTM American Society for Testing Materials AWI Architectural Woodwork Institute AWWA American Water Works Association AWPA American Wood Preservers Association AWS American Welding Society BIA Brick Institute of America CE Corps of Engineers CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CTI Ceramic Tile Institute of America DOT Department of Transportation EPA Environmental Protection Agency FSS Federal Specifications and Standards, General Services

Administration GA Gypsum Association IEEE Institute of Electrical and Electronics Engineers MBMA Metal Building Manufacturer's Association MCAA Mechanical Contractors Association of America MFMA Marble Flooring Manufacturers Association MIA Marble Institute of America ML/SFA Metal Lath/Steel Framing Association NAAMM National Association of Architectural Metal Manufacturers NAPA National Asphalt Pavement Association NBHA National Builders Hardware Association NCMA National Concrete Masonry Association NEC National Electric Code (Now NFPA) NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NIST National Institute of Standards and Technology

Page 145: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014200

REFERENCES

REFERENCES

014200 3

NPCA National Paint and Coating Association NRCA National Roofing Contractors Association NTMA National Terrazzo and Mosaic Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PCI Prestressed Concrete Institute SDI Steel Deck Institute S.D.I. Steel Door Institute SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning

Contractors National Association SPIB Southern Pine Inspection Bureau SSPC Steel Structures Painting Council TCA Tile Council of America, Inc. UL Underwriters Laboratories, Inc.

END OF SECTION

Page 146: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 147: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014500

QUALITY CONTROL

QUALITY CONTROL 014500

1

PART 1 – GENERAL

1.1 REQUIREMENTS INCLUDED

A. Quality control of products and workmanship.

B. Manufacturer's instructions.

C. Manufacturer's certificates and field services.

D. Mockups.

1.2 RELATED REQUIREMENTS

A. AIA A107-2007, as amended

B. Division 00 – Procurement and Contracting Requirements

C. Division 01 – General Requirements

D. Section 013300 – Submittals Procedures: Submittal of manufacturer's instructions.

E. Section 014529 – Testing Laboratory Services

F. Individual Specification Sections – Mock-ups required

G. Section 014700 – Cleaning

H. Section 016600 – Product Storage and Handling Requirements

I. Section 013201 – Project Schedule

J. Section 014533 – Collective Inspections and Structural Testing

1.3 DESCRIPTION / SUBMITTALS

A. Maintain quality control over supervision, subcontractors, suppliers, manufacturers, products, services, workmanship, handling & storage, inspections, and site conditions to produce Work in accordance with Contract Documents.

B. The Contractor is required to submit a “Quality Control Plan” for this project in writing for approval from the Program Manager. The QC Plan is required to be submitted and approved prior to processing of the first Application for Payment.

Page 148: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014500

QUALITY CONTROL

QUALITY CONTROL

014500 2

The Contractor’s QC Plan should include, but not limited to the following:

1. Prepare Daily QC reports addressing the quality aspects of the project work being performed by Subcontractors and the Contractors forces.

2. Develop Logs and Checklist to monitor the detailed quality assurance

requirements listed in individual specifications.

3. Review specifications, drawings, shop drawings, and submittals and conduct preconstruction meetings for each activity of work.

4. Evaluate Construction techniques and identify potential problems prior to

installation.

5. Develop a method of verification that ongoing work is acceptable.

6. Maintain an adequate inspection system and perform or schedule inspections that will insure IBC, OSF and Local Codes are contract compliant.

7. Review the OSF Inspections Program Manual’s testing requirements and

schedule all required tests and inspections.

8. The Contractor shall notify the Program Manager of required inspections and maintain inspection records on site available to the Architect/ Engineer, Program Manager, and Owner.

9. Have Manufacturer provide qualified representative to observe and inspect

field conditions, quality of workmanship, test and start-up of equipment, adjustment and balance of equipment as required in individual specification sections.

10. Hold QC Coordination Meetings to show how Subcontractors installations will

interface with other Subcontractors and the Contractors installations. Provide Coordination between the Contractors, Subcontractors, Program Manager, Architect, Engineers, Inspectors and Commissioning Agents. Provide all project team members with reports, verifications and approvals of Quality Control Activities.

11. The Contractor’s QC plan shall establish, maintain and document Quality

Control to conform to the Contract Documents. The plan should be divided into at least 3 phases:

Preparatory Phase Prior to the start of a Particular Construction Activity the Contractor’s QC Officer

must notify the Program Manager two weeks in advance to meet and discuss the

Page 149: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014500

QUALITY CONTROL

QUALITY CONTROL 014500

3

following:

1. Contract Documents.

2. Verify that appropriate submittals and shop drawings have beensubmitted and approved.

3. Review and establish procedures to insure that scheduling and provisionshave been made to provide required IBC Chapter 1 and 17 Inspections.

4. Examine the work area and verify that any required preliminary work hasbeen completed.

5. Discuss construction methods, tolerances and workmanship andcleanliness standards, and the approach that will be used to providequality construction by planning ahead and identifying potential problemsfor each definable feature of work.

6. Review the safety plan and appropriate activity hazard analysis to insurethat applicable safety requirements are met, and that required MaterialSafety Data Sheets are submitted.

7. Schedule preconstruction meetings with all parties.

Production Phase

The Contractor must notify the Program Manager at least two (2) work days in advance starting each initial phase. The Program Manager, the Contractor’s Superintendent and QC Officer observes the initial segment of the work activity to verify the work complies with the Contract Documents. The Production Phase must be repeated for each new crew to work on site, or when acceptable levels of specified quality are not being met. Perform the following for each Construction Activity.

1. Establish the quality of workmanship required.

2. Develop and maintain the pre-functional checklist.

3. Resolve conflicts.

4. Ensure that testing is being scheduled and performed by the approvedtesting company.

5. Check that work activities comply with the Safety Plan.

Page 150: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014500

QUALITY CONTROL

QUALITY CONTROL

014500 4

6. The Contractors QC Officer will document the Production Phase Checklist and include them in Quality Control Reports.

Follow up Phase (Performed Daily) The follow up phase is performed on each work activity identified on the

Schedule for ongoing work “Daily” until the completion of each activity and documented in Quality Control Reports. The follow up phase checklist should include at least the following.

1. Verify the work is in compliance with Contract Documents. 2. Maintain the quality of workmanship required. 3. Verify that testing is being performed. 4. Identify problems and Verify that rework items are being corrected. 5. Perform Safety Inspections.

6. The Contractors QC Officer shall document the Follow up Phase work activities and include them in Quality Control Reports.

C. Contractor may assign the duties of quality control (QC) to the superintendent.

1.4 WORKMANSHIP

A. Comply with industry standards of the region except when more restrictive tolerances or specified requirements indicate more rigid standards or precise workmanship.

B. Provide suitably qualified personnel to produce Work of specified quality.

C. Secure products in place with positive anchorage devices designed and sized to

withstand stresses, vibration and cracking.

D. Provide finishes to match approved samples.

E. All items shall be installed in a workmanlike manner in accordance with the best recognized practice in the field concerned. Manufactured items shall be installed in strict accordance with manufacturer's printed directions, specifications and/or recommendations for installation of highest quality. All working parts shall be properly adjusted after installation and left in perfect working order. Unless otherwise indicated, items exposed to weather or subject to flooding or wetting shall be installed so as to shed and not hold water. Items shall in all cases be installed plumb and true and/or in proper relation to surrounding materials.

Page 151: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014500

QUALITY CONTROL

QUALITY CONTROL

014500 5

F. Unless otherwise specifically specified, all items and parts thereof that is made of

steel, iron or other ferrous metal that are not galvanized, plated, or otherwise specified to be factory finished, shall be cleaned and painted with one shop coat of the best quality rust inhibitive metallic primer. After installation, all exposed metal connections and abrasions shall be touched up with the same materials as the shop coat and left in good condition for final finishing.

1.5 MANUFACTURER'S INSTRUCTIONS

A. Require compliance with instructions in full detail, including each step in sequence.

B. Should instructions conflict with Contract Documents, request clarification from

Program Manager before proceeding. 1.6 MANUFACTURER'S CERTIFICATES

A. When required in individual Specifications section, submit manufacturer's certificate, in duplicate, certifying that products meet or exceed specified requirements, executed by responsible officer.

1.7 MANUFACTURER'S FIELD SERVICES

A. When required in individual Specifications section, have manufacturer provide qualified representative to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment and test, adjust, and balance of equipment, as applicable, and make written report of observations and recommendations to Program Manager.

1.8 MOCKUPS

A. The Contractor shall provide requirements of Governmental Agencies for Scope and Complexity of Mockup Construction.

B. The Contractor shall provide a schedule of timing of Mockup installations for

coordination with Governmental Agencies and Construction activities to insure a seamless work flow.

C. The Contractor shall notify the Program Manager when the Mockup is ready for

inspection by the Architect/Engineer.

C. Assemble and erect complete, with specified attachment and anchorage devices, flashings, seals and finishes.

E. Remove mockup and clean up the area when directed by the Program Manager.

Page 152: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014500

QUALITY CONTROL

QUALITY CONTROL

014500 6

END OF SECTION

Page 153: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014700

CLEANING

CLEANING 014700

1

PART 1 - GENERAL

1.1 DESCRIPTION

1.1.1 Work included: Throughout the construction period, maintain the buildings and site in a standard of cleanliness as described in this section and the Contract Documents. Failure to do so may result in a reduction of the Contract Sum if the Program Manager has the required cleanup performed by others.

1.1.2 Related work:

A. Documents affecting work of this section include but are not necessarily limited to AIA A107 - 2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program Manager as Adviser Edition, as amended, Supplemental Conditions, and Sections in Division 1 of these Specifications.

B. In addition to standards described in this section, comply with requirements for cleaning as described in pertinent other sections of these Specifications.

1.2 QUALITY ASSURANCE

1.2.1 Conduct daily cleaning and inspection and more often if necessary, to verify that requirements for cleanliness are being met.

1.2.2 In addition to the standards described in this section, comply with pertinent requirements of governmental agencies having jurisdiction.

PART 2 - PRODUCTS

2.1 CLEANING MATERIALS AND EQUIPMENT

2.1.1 Provide required personnel, equipment and materials needed to maintain the specified standard of cleanliness.

2.2 COMPATIBILITY

2.2.1 Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material.

PART 3 - EXECUTION

Page 154: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014700

CLEANING

CLEANING 014700

2

3.1 PROGRESS CLEANING

3.1.1 General

A. Retain stored items in an orderly arrangement allowing maximum access, not impeding traffic or drainage and providing required protection of materials.

B. Do not allow accumulation of scrap, debris, waste material and other

items not required for construction of this work.

C. At least once each week and more often if necessary, completely remove all scrap, debris and waste material from the job site. Provide adequate storage for all items waiting removal from the job site, observing requirements for fire protection and protection of the ecology.

D. Locations on site for stored materials and/or debris must be pre-

approved by the Program Manager.

E. Once concrete floor has been placed in any area, and overhead deck is in place, these areas shall be swept broom clean once per week or more often if necessary. When the building(s) is enclosed, dust control materials shall be used while sweeping to minimize dust accumulation on surfaces to receive finishes, ceiling grid, fixtures, mechanical systems, ductwork etc. The General Contractor shall be solely responsible to assure clean systems and finishes throughout duration of project.

3.1.2 Site

A. Daily, and more often if necessary, inspect the site and pick up all scrap,

debris and waste material. Remove such items to the place designated for their storage.

B. Weekly, and more often if necessary, inspect all arrangements of

materials stored on the site. Restack, tidy, or otherwise service arrangements to meet the requirements of subparagraph 3.1.1A above.

C. Maintain the site in a neat, safe and orderly condition at all times.

3.2 FINAL CLEANING

3.2.1 "Clean," for the purpose of this Article, and except as may be specifically provided otherwise, shall be interpreted as meaning the level of cleanliness

Page 155: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 014700

CLEANING

CLEANING 014700

3

generally provided by skilled cleaners using commercial quality building maintenance equipment and materials.

3.2.2 Prior to completion of the work, remove from the job site all tools, surplus materials, equipment, scrap, debris, and waste. Conduct final progress cleaning as described in Article 3.1 above.

3.2.3 Schedule final cleaning as approved by the Architect/Engineer to enable the Owner to accept a completely clean work.

END OF SECTION

Page 156: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 157: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 015000

TEMPORARY FACILITIES

TEMPORARY FACILITIES 015000

1

PART 1 - GENERAL

1.01 SECTION INCLUDES

A. This Section specifies requirements for temporary services and facilities, including utilities, construction and support facilities, security and protection to be provided by the General Contractor.

These temporary utilities shall include, but shall not be limited to, the following: Water, lighting, heat, electricity, fuel, oil, and fuel gas; all for construction use, personnel use, testing and balancing of equipment, code compliance demonstration, final review, and acceptance demonstration. The cost of utilities required for testing of equipment shall be the responsibility of the General Contractor whose subcontractors furnish and install the equipment and the work shall comply with all applicable and state codes, governing agencies and ordinances.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, and the Technical Specification Divisions 0 through 48 apply to this Section.

1.03 SUMMARY

A. Temporary utilities required shall include but are not limited to:

1. Water service and distribution.2. Temporary electric power and light.3. Telephone service.4. Sanitary water.

B. Temporary construction and support facilities required include but are not limited to:

1. Temporary heat & A/C.2. Field offices and storage sheds.3. Sanitary facilities including drinking water.4. Dewatering equipment and drains.5. Temporary enclosures (including dust barriers).6. Temporary Project identifications signs and bulletin boards.7. Waste disposal service.8. Rodent and pest control.9. Construction aids and miscellaneous services and facilities.

Page 158: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 015000

TEMPORARY FACILITIES

TEMPORARY FACILITIES 015000

2

C. Security and protection facilities required shall include but are not limited to:

1. Barricades, warning signs. 2. Sidewalk bridge or enclosure fence for the site. 3. Environmental protection. 4. Dust partitions.

1.04 QUALITY ASSURANCE

A. Regulations: Comply with industry standards and applicable laws and

regulations with authorities having jurisdiction, including but not limited to:

1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department and Rescue Squad rules. 5. Environmental protection regulations.

B. Standards: Comply with NFPA code 241, "Building Construction and

Demolition Operations", ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition", and NECA Electrical Design Library "Temporary Electrical Facilities".

1. Electrical Service: Comply with NEMA, NECA, and UL standards

and regulations for temporary electric service. Install service in compliance with National Electric Code (NFPA 70).

2. Temporary Electrical Service: The General Contractor shall

provide complete temporary electrical service. This service shall be adequate to operate hand tools and machines requiring 120-volt and/or 230-volt single phase electrical service, and shall run to point that can be reached by extension cords for 120-volt equipment. Extension cords shall be properly sized for the amperage drawn by the equipment connected thereto. Any additional cost involving electrical service for equipment with voltage requirements in excess of the above shall be the responsibility of the General Contractor.

C. Inspections: Arrange for authorities having jurisdiction to inspect and test

each temporary utility before use. Obtain required certifications and permits.

1.05 PROJECT CONDITIONS

Page 159: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 015000

TEMPORARY FACILITIES

TEMPORARY FACILITIES 015000

3

A. Temporary Utilities: Indicate dates for implementation and termination of each temporary utility on the Project Schedule. At the date of Substantial Completion, change over from use of temporary service to use of the permanent service.

B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Water: Provide potable water approved by local health authorities.

B. Enclosure/Security Fencing: Provide 11-gauge, galvanized 2 inch, chain link fabric fencing 6 feet high with galvanized steel pipe post, 1 ½" I.D. for line posts and 2 ½" I.D. for corner posts.

2.02 EQUIPMENT

A. Water Hoses: Provide 3/4" heavy-duty, abrasion resistant, flexible rubber hoses 100 feet long, with pressure rating greater than the maximum pressure of the water distribution system; provide adjustable shut-off nozzles at hose discharge.

B. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment.

C. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage. Lamps shall be furnished by Contractor. Current shall be paid for by the Contractor. Any additional cost involving service and current for lighting or equipment with voltage requirements in excess of the above or exceeding one 5 HP (each unit) shall be the responsibility of the Contractor.

1. Task Lighting: Task lighting is defined as the additional lightingneeds over and above that which is required as TemporaryLighting. Task lighting required by any trade in order to performtheir Contract work shall be furnished by the Contractor or hissubcontractor.

Page 160: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 015000

TEMPORARY FACILITIES

TEMPORARY FACILITIES 015000

4

D. Heating & A/C Units: Provide temporary heating units that have been tested and labeled by UL, FM or another recognized trade associations related to the type of fuel being consumed. The contractor shall provide proper temperature when heat is required for adequate protection of the project and the products being stored, installed, cured and dried out. Maintain proper temperatures on a 24-hour day, 7-day week basis. Provide properly adjusted, properly maintained, and properly exhausted portable heaters. Fuel, equipment, and method used for temporary heating by portable heaters shall be satisfactory to the insurance company.

E. First Aid Supplies: Comply with governing regulations.

F. Fire Extinguishers: Provide hand-carried, portable UL-rated, class "A" fire

extinguishers for temporary offices and similar spaces. In other locations provide hand-carried, portable, UL-rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NFPA recommended classes for the exposures.

G. Temporary Storage: The contractor shall provide storage space that is

weather proof and secure for the owners furnishings for the duration of the construction schedule.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required.

B. Provide each facility ready for use when needed to avoid delay. Maintain

and modify as required. Do not remove until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities.

3.02 TEMPORARY UTILITY INSTALLATION

A. Tree and Plant Protection: Contractors are hereby reminded and cautioned

that care shall be exercised to protect trees and plants which are to remain during the progress of the project. Suitable barriers shall be provided around all trees and plants that are to remain and which are in the construction area and product handling area. All damage to such trees and plants shall be repaired; broken limbs properly and neatly pruned and painted with pruning paint. Any trees and plants which are excessively damaged shall be replaced

Page 161: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 015000

TEMPORARY FACILITIES

TEMPORARY FACILITIES 015000

5

in like, kind, size, and species by the Contractor at no additional cost. All work shall be performed by a recognized and approved nursery.

1. All grading around trees and plants to remain shall be such that theroot system shall not be disturbed. Earth shall not be temporarilypiled around trees and plants, nor shall earth be graded to the treesand plants above the natural root depth for that particular species.

B. Maintain Access to Fire Hydrants: Should these hydrants be susceptible to damaged caused by the operation of this Contract, they shall be protected by means approved by the governing authority.

3.03 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. Security Enclosure: The General Contractor and each Subcontractor shall be responsible for security and protection to his equipment and the site-stored and installed products under his jurisdiction, whether paid for by the Owner or not, until the Owner accepts the Project.

END OF SECTION

Page 162: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 163: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 016600

PRODUCT STORAGE and HANDLING REQUIREMENTS

PRODUCT STORAGE and HANDLING REQUIREMENTS 016600

1

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Protect products scheduled for use in the work by means including, but not necessarily limited to, those described in this Section.

B. Related work:

1. Documents affecting work of this Section include, but are not necessarilylimited to, AIA A107 - 2007 Standard Form of Agreement Between Ownerand Contractor for a Project of Limited Scope, Program Manager asAdviser Edition, as amended, General Conditions, SupplementalConditions, and, as amended, and Sections in Division 1 of thesespecifications.

2. Additional procedures also may be prescribed in other Sections of thesespecifications.

1.2 QUALITY ASSURANCE

A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials.

1.3 MANUFACTURERS' RECOMMENDATIONS

A. Except as otherwise approved by the Architect/Engineer(s), determine and comply with manufacturer's recommendations on product handling, storage and protection.

1.4 PRODUCT DELIVERY

A. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces.

B. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.

1.5 PACKAGING

A. Deliver products to the job site in their manufacturer's original container, with labels intact and legible.

Page 164: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 016600

PRODUCT STORAGE and HANDLING REQUIREMENTS

PRODUCT STORAGE and HANDLING REQUIREMENTS 016600

2

1. Maintain packaged materials with seals unbroken and labels intact until time of use.

2. Promptly remove damaged material and unsuitable items from the job site and promptly replace with material meeting the specified requirements, at no additional cost to the Owner.

B. The Architect/Engineer(s) may reject as non-complying such material and

products that do not bear identification satisfactory to the Architect/ Engineer as to manufacturer, grade, quality and other pertinent information.

1.6 PROTECTION OF MATERIAL AND WORK

A. General

1. Carefully and properly protect all materials of every description, both before and after being used in the work.

2. Provide any enclosing or special protection from weather deemed

necessary by the Architect or Program Manager at no additional cost to the Owner.

B. Partial payments under the Contract will not relieve the Contractor from

responsibility.

1. When materials and work at the site which have been partially paid for are not adequately protected by the Contractor, such materials may be protected by the Owner at the expense of the Contractor and no further partial payment thereon will be made.

C. Maintain finished surfaces clean, unmarred, and suitably protected until accepted

by the Owner. 1.7 STORAGE

A. Store all items of equipment, component parts, etc. in accordance with the manufacturer’s recommendations or as may otherwise be necessary to prevent damage or deterioration of any sort.

1.8 REPAIRS AND REPLACEMENTS

A. In the event of damage, promptly make replacements and repairs to the approval of the Architect/Engineer and at no additional cost to the Owner.

Page 165: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 016600

PRODUCT STORAGE and HANDLING REQUIREMENTS

PRODUCT STORAGE and HANDLING REQUIREMENTS 016600

3

B. Additional time required to secure replacements and to make repairs will not be considered by the Architect/Engineer to justify an extension in the contract time of completion.

END OF SECTION

Page 166: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 167: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017123

FIELD ENGINEERING

FIELD ENGINEERING 017123

1

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: Provide such field engineering services, including survey and civil engineering, as are required for proper completion of the Work including, but not necessarily limited to:

1. Establishing and maintaining lines and levels;

2. Structural design of shores, forms and similar items provided by theContractor as part of his means and methods of Construction;

3. Dewatering systems.

B. Related Work:

1. Documents affecting work of this Section include, but are not necessarilylimited to, AIA A107 - 2007, Supplementary Conditions, and Sections inDivision 1 of these Specifications.

2. Additional requirements for field engineering also may be described inother Sections of these Specifications.

3. As described in Article 8.1 of AIA A107 – 2007, as amended, the Ownermay furnish survey describing the physical characteristics, legallimitations, utility locations, and legal description of the site.

1.2 QUALITY ASSURANCE

A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary craft and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of the Section.

1. Surveyor: Engage a Registered Land Surveyor registered in the Statewhere the project is located, to perform land surveying services required.

2. Engineer: Engage a Professional Engineer of the discipline required,registered in the State in which the project is located, to perform requiredengineering services.

1.3 SUBMITTALS

Page 168: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017123

FIELD ENGINEERING

FIELD ENGINEERING

017123 2

A. Comply with pertinent provisions of Section 013300, Submittal Procedures. B. Submit the following to the Program Manager, for review by the Program

Manager and Architect.

1. Data demonstrating qualifications of persons proposed to be engaged for field engineering services.

2. Documentation verifying accuracy of field engineering work.

3. Certification, signed by a registered land surveyor, certifying that

elevations and locations of improvements are in conformance with requirements of the Contract Documents. The cost for registered land surveyors shall be included in the Contractors bid.

1.4 PROCEDURES

A. In addition to procedures directed by Contractor for proper performance of the Contractor's responsibilities:

1. Locate and protect control points before starting work on the site.

2. Preserve a minimum of two permanent reference points during progress

of the Work and through completion of the Work. Locate permanent reference points on as-built documents.

3. Do not change or relocate reference points or items of the Work without

specific approval from the Architect.

4. Promptly advise the Program Manager when a reference point is lost or destroyed, or required relocation because of other changes in the Work.

a. Upon direction of the Program Manager, require the field engineer

to replace reference stakes or markers.

b. Locate such replacements according to the original survey control.

5. Existing utilities and equipment: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning any work, investigate and verify the existence and location of underground utilities and other construction.

a. Prior to construction, verify the location and invert elevation at points

of connection of sanitary sewer, storm sewer and water service piping.

Page 169: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017123

FIELD ENGINEERING

FIELD ENGINEERING 017123

3

END OF SECTION

Page 170: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 171: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017329

CUTTING AND PATCHING

CUTTING AND PATCHING 017329

1

PART 1 - GENERAL

1.1 Description

A. Work included: This Section establishes general requirements pertaining to cutting (including excavating), fitting and patching of the work required to:

1. Make the several parts fit properly;

2. Uncover work to provide for installing, inspection, or both, of ill-timedwork;

3. Remove and replace work not conforming to requirements of the ContractDocuments; and

4. Remove and replace defective work.

B. Related Work:

1. Documents affecting work of this section include, but are not necessarilylimited to, AIA A107 - 2007 Standard Form of Agreement Between Ownerand Contractor for a Project of Limited Scope, Program Manager asAdviser Edition, as amended, General Conditions, SupplementalConditions, and s, Supplementary Conditions, and Sections in Division 1of these Specifications.

2. In addition to other requirements specified; upon the Program Managersand/or Architect's request to uncover work to provide for inspection by theProgram Manager and/or Architect of covered work, and remove samplesof installed materials for testing.

3. Do not cut or alter work performed under separate contracts without theArchitect's written permission.

1.2 QUALITY ASSURANCE

A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section.

Page 172: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017329

CUTTING AND PATCHING

CUTTING AND PATCHING

017329 2

B. Requirements for Structural Work: Do not cut and patch any structural elements, including, but not limited to the following, in a manner that would reduce their load carrying capacity or load deflection ratio:

1. Foundation construction. 2. Bearing and retaining walls. 3. Structural concrete. 4. Structural steel. 5. Lintels. 6. Primary framing members. 7. Structural decking. 8. Miscellaneous structural metals. 9. Exterior curtain wall construction. 10. Equipment supports. 11. Piping, ductwork, vessels, and equipment.

C. Operational and Safety Limitations: Do not cut and patch the following operating

elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety.

1. Shoring, bracing, and sheeting. 2. Primary operational systems and equipment. 3. Air or smoke barriers. 4. Water, moisture, or vapor barrier. 5. Membranes and flashings. 6. Fire protection systems. 7. Noise and vibration control elements and systems. 8. Control systems. 9. Communications systems. 10. Conveying systems. 11. Electrical wiring systems.

D. Visual Requirements: Do not cut and patch construction exposed on the exterior

or in occupied spaces, in a manner that would, in the Architect's or Program Manager's opinion, result in a visual evidence of cutting and patching. The Contractor shall remove and replace Work cut and patched in a visually unsatisfactory manner.

1.3 SUBMITTALS

A. Request for Architect's consent:

Page 173: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017329

CUTTING AND PATCHING

CUTTING AND PATCHING 017329

3

1. Prior to cutting which affects structural safety, submit a written request tothe Program Manager who will forward it to the Architect for permission toproceed with cutting.

2. Should conditions of the Work, or schedule indicate a required change ofmaterials or methods for cutting and patching, so notify the PROGRAMMANAGER and Architect and secure the Architect’s written permissionand any required Change Order prior to proceeding.

B. Where approval of procedures for cutting and patching is required from the Architect before proceeding, submit a written proposal to the PROGRAM MANAGER describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal:

1. If considered a change to the Work, and prior to cutting and patchingperformed pursuant to the Architect's instructions, submit cost estimate tothe Architect. Secure the Architect's approval of cost estimates and typeof reimbursement before proceeding with cutting and patching.

2. Submit written notice to the Program Manager and/or Architectdesignating the time the Work will be uncovered, to provide for theProgram Manager's and/or Architect's observation.

3. Describe the extent of cutting and patching required and how it is to beperformed; indicate why it cannot be avoided.

4. Describe anticipated results in terms of changes to existing construction;include changes to structural elements and operating components as wellas changes in the building's appearance and other significant visualelements.

5. List products to be used and firms or entities that will perform Work.

6. Indicate dates when cutting and patching is to be performed.

7. List utilities that will be disturbed or affected, including those that will berelocated and those that will be temporarily out-of-service. Indicate howlong service will be disrupted.

8. Where cutting and patching involves addition of reinforcement tostructural elements, submit details and engineering calculations to showhow reinforcement is integrated with the original structure.

Page 174: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017329

CUTTING AND PATCHING

CUTTING AND PATCHING

017329 4

9. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of a part of the Work found to be unsatisfactory.

10. Any disruptions to the Owner occupied space/public space or active utility

cutoffs must be scheduled, approved and coordinated with the Owner. The Owner requires a seventy-two (72) hour minimum notice. Contractors are requested to coordinate same accordingly.

11. Discrepancies: If uncovered conditions are not as anticipated,

immediately notify the PROGRAM MANAGER and secure needed directions. Do not proceed until unsatisfactory conditions are corrected.

PART 2 - PRODUCTS 2.1 MATERIALS

A. For replacement of items removed, use materials complying with pertinent Sections of these Specifications.

2.2 PAYMENT FOR COSTS

A. The Owner will reimburse the Contractor for cutting and patching performed pursuant to any written Change Order, after claim for such reimbursement is submitted by the Contractor to the PROGRAM MANAGER and approved by the Architect. Perform other cutting and patching needed to comply with the Contract Documents at no additional cost to the Owner.

PART 3 - INSPECTION 3.1 SURFACE CONDITIONS

A. Inspection:

1. Inspect existing conditions; including elements subject to movement or

damage during cutting, excavating, patching and backfilling. 2. Examine surfaces to be cut and patched and conditions under which

cutting and patching is to be performed.

3. After uncovering the work, inspect conditions affecting installation of new work. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered.

Page 175: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017329

CUTTING AND PATCHING

CUTTING AND PATCHING 017329

5

B. Discrepancies:

1. If uncovered conditions are not as anticipated, immediately notify thePROGRAM MANAGER and secure needed directions.

2. Do not proceed until unsatisfactory conditions are corrected to thesatisfaction of the PROGRAM MANAGER and/or Architect.

3.2 PREPARATION PRIOR TO CUTTING

A. Provide required protection including, but not necessarily limited to, shoring, bracing and support to maintain structural integrity of the Work. Protect all existing construction.

B. Provide required fire protection including, but not necessarily limited to, fire blankets and fire extinguishing equipment.

3.3 PERFORMANCE

A. Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay.

B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or adjoining construction.

1. In general, where cutting is required use hand or small power toolsdesigned for sawing or grinding, not hammering and chopping. Cut holesand slots neatly to size required with minimum disturbances of adjacentsurfaces. Temporarily cover openings when not in use.

2. To avoid marring existing finished surfaces, cut or drill from the exposedor finished side into concealed surfaces.

3. Cut through concrete and masonry using a cutting machine such as acarborundum saw or diamond core drill.

4. Comply with requirements of applicable specification Sections wherecutting and patching requires excavating and backfilling.

5. By-pass utility services such as pipe or conduit before cutting, whereservices are shown or required to be removed, relocated or abandoned.Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve, orplug and seal the remaining portion of pipe or conduit to prevent entranceor moisture or other foreign matter after by-passing and cutting.

Page 176: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017329

CUTTING AND PATCHING

CUTTING AND PATCHING

017329 6

C. Patching: Patch with durable seams that are as invisible as possible. Comply

with specified tolerances.

1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation.

2. Restore exposed finishes of patched areas and extend finish restoration

into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing.

3. Where removal of walls or partition extends from one finished area into

another, patch and repair floor and wall surfaces in the new space to provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary to achieve uniform color and appearance.

a. Where patching occurs in a smooth painted surface, extend final

coat over entire unbroken area containing the patch, after the patched area has received primer and second coat.

4. Patch, repair or re-hang existing ceilings as necessary to provide an even

plane surface of uniform appearance. All damaged products shall be replaced with approved equals at the Contractor's expense.

3.4 CLEANING

A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Completely remove paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition.

END OF SECTION

Page 177: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017700

CLOSEOUT PROCEDURES

CLOSEOUT PROCEDURES 017700

1

A. DEFICIENCY LISTS

1. During the construction of the Work, the Program Manager and/orArchitect/Engineer shall inspect the work for general conformance to the ContractDocuments.

2. Should an inspection reveal work that is not in conformance with the ContractDocuments, and if the nature of the non-conformance warrants, at the solediscretion of the Program Manager and/or Architect/Engineer, a written list ofdeficiencies will be issued.

3. The “deficiency list” as hereinafter called, shall stipulate the item or items or workthat are in non-conformance and shall specify a reasonable time for the deficientwork to be brought into conformance with the Contract Documents, but in noevent shall this time exceed thirty (30) days.

4. Upon receipt of the deficiency list, the Contractor shall by any and all means athis disposal, endeavor to correct the work within the time stipulated. TheContractor shall notify the Program Manager in writing when the work has beencorrected and request inspection.

5. If the inspection reveals the deficiency has been corrected, the item shall berescinded from the deficiency list.

6. During the period that the deficiency list is in effect, the Program Manager may,at his option, reduce program payments accordingly until the deficiency list isrescinded or, in the opinion of the Program Manager, the Contractor is making agood faith effort to correct the deficiency.

7. During the course of construction, the Architect/Engineer(s) will perform periodicsite visits and inspections. Written comments of the Architect/Engineer(s)pertaining to such visits shall be issued as an Architect/Engineer(s) Field Report.It shall be the responsibility of the Contractor to issue a response to each FieldReport within ten (10) days of receipt. Failure to respond in writing within thistime period could result in delays of approval of progress billings.

B. PUNCH LIST/FINAL INSPECTION

1. When the Contractor determines that his work or portions of his work aresufficiently near completion to warrant a preliminary inspection, he shall preparea preliminary punch list and submit it along with a written request for apreliminary inspection to the Program Manager.

Page 178: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017700

CLOSEOUT PROCEDURES

CLOSEOUT PROCEDURES

017700 2

2. At a mutually agreeable time, the Program Manager and Contractor shall conduct a preliminary inspection of the Work for completeness and general conformance to the Contract Documents. At this preliminary inspection, a punch list of incomplete or non-conformance work shall be prepared by the Contractor.

3. The Program Manager shall establish a reasonable time period for the

completion or correction of all items on the preliminary inspection punch list, but in no event shall this time exceed fourteen (14) days. At the completion of the preliminary inspection punch list, the Substantial Completion inspection shall be scheduled.

4. The Substantial Completion inspection shall include the Architect/Engineer,

Program Manager, Owner and Contractor. The Contractor shall present to the Architect/Engineer a certification letter that the project is complete along with a written list of any incomplete work, and a reason why the item of work is incomplete and give a date when the work will be complete. Substantial Completion inspection shall NOT be conducted unless the Contractor presents this certification letter and list.

5. At the conclusion of the Substantial Completion inspection the Architect will

review the project and determine if the completeness of the work allows Substantial Completion to be established. In addition to an overall state of completeness, other items that must be completed when making this determination include;

a. All building systems have passed operable testing and acceptance by the

Owner’s Commissioning Agent. b. A preliminary copy of the completed TABS report has been submitted for

review. c. The Office of School Facilities Inspection has been successfully

completed. 6. Should the amount of incomplete work be such that a Certificate of Substantial

Completion cannot be issued, another Substantial Completion inspection shall be scheduled.

7. Once Substantial Completion has been established the Architect shall issue a

Certificate of Substantial Completion and a Substantial Completion punch list. 8. If the Contractor fails to obtain Final Completion with 100% of the Substantial

Completion punch list completed with-in 30 days of the date of Substantial Completion the Owner shall be entitled to liquidated damages as noted in Article

Page 179: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017700

CLOSEOUT PROCEDURES

CLOSEOUT PROCEDURES

017700 3

2 and 15 of AIA Document A107-2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition. Additionally, at the end this thirty (30) day period the Owner reserves the right to take over the project and expedite the completion of the remaining punch list items at any time with their forces, or by contract, or any other means available, with all cost, including those for additional oversight by the Program Manager and/or Architect, deducted from the remaining contract funds. Substantial Completion punch list liquidated damages will continue until a Final Completion Certificate is obtained regardless of how the punch list is completed.

9. Any work on site after the date of Substantial Completion, including punch list

work, must not prevent school operations, and must be coordinated with the Program Manager and the School Principal with adequate notice. In addition the Contractors Superintendent must be on site any time work is in progress. By bidding this work, the Contractor acknowledges that he will provide an on-site superintendent at all times work is in progress.

10. Upon completion of all Work, including punch list work, the Contractor shall

submit a written request that the work is ready for a final inspection and acceptance, as described in Article 2 of AIA Document A107-2007.

C. PROJECT CLOSEOUT 1. Final Closeout and Payment

a. No release of retainage or final payment application shall be processed for payment until final inspection and final acceptance of all work and closeout documentation has been approved and accepted by the Architect and Program Manager.

b. Contractor shall submit final closeout items within thirty (30) days after Date

of Substantial Completion. If closeout documents are not timely submitted and the Owner determines that they are impacting operations of the school, the Owner may elect to procure closeout submittals directly from the appropriate subcontractor, supplier or other vendor with all related costs deducted from the Contract Sum by change order.

2. Closeout Checklist

a. The Closeout Checklist items must be submitted to the Program Manager

and approved by the Architect, see insert.

3. Related Work

Page 180: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017700

CLOSEOUT PROCEDURES

CLOSEOUT PROCEDURES

017700 4

a. Other requirements affecting work of this Section include, but are not necessarily limited to, AIA A107-2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition, as amended, and Sections in Division 1 of these specifications.

D. RESPONSIBILITY

1. It shall be the Contractor’s responsibility to see that all requirements of this Section of the Specifications are executed and completed in a timely manner. The Contractor shall be responsible for any Architect and Program Manager costs due to late submittal of closeout documents or incomplete work, including uncompleted punch list items, beyond thirty (30) days past the date of Substantial Completion.

2. No provisions of this Section of the Specifications shall in any way relieve the

Contractor of the completion of his work on time and in accordance with the approved Construction Schedule.

END OF SECTION

Page 181: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

PROJECT CLOSE-OUT CHECKLIST

Project: _________________________ Project Manager’s Signature: ______________________ Date: ___________

TASK DESCRIPTION COMPLETED DATE

Page 1

A. General Requirements

1. Certificate of Substantial Completion (AIA G704) Executed by Architect, Contractor and Owner __________________ __________________

2. Inspection Certificates

a. Final Inspection Approved by Office of School Facilities – OSF & Local Fire Marshall __________________ __________________

3. Regulatory Inspections Sign-Offs (as applicable) Close-Out Permits:

a. Complete Schedule A-1 through A-5 (See Schedule “A-1 to A-5 Excel Work Sheets) __________________ __________________

A-1 Road Boulevard, A-2 DEHEC Sewer, A-3 DEHEC Water, A-4 OCRM Storm Water & A-5 HVAC Start-Ups (TAB) __________________ __________________

4. Turnover Close-Out Reports & Documentation

a. Owner Instruction and Training with Equipment and Systems __________________ __________________

(Memo/List of Attendees & sign in sheet for each session) __________________ __________________

b. HVAC Test and Balance Report (TAB) Approval cover from A/E required __________________ __________________

c. Chapter 1 & 17 Binders __________________ __________________

d. Attic Stock Turnover (Transfer to Owner with Typed Inventory Required) __________________ __________________

e. Keys & Permanent Hardware Changeover

(Delivery of Final Main & Cabinet Keys w/Memo of Hardware Changeover Date) __________________ __________________

f. Insurance Coverage Change Over __________________ __________________

g. Utility Account Change Over

I. Electric Service __________________ __________________

II. Gas Service __________________ __________________

III. Water Service __________________ __________________

IV. Phone Service __________________ __________________

V. Other Service (Security, Cable, SCETV etc.) __________________ __________________

B. Record Document Requirements

1. As-Built Drawings

(Original red-line hard copy, electronic copy in 2005 CAD version and PDF format on CD)

a. Site / Civil __________________ __________________

b. Architectural __________________ __________________

c. Structural __________________ __________________

d. Plumbing __________________ __________________

e. Fire Protection __________________ __________________

f. Mechanical __________________ __________________

g. Electrical __________________ __________________

h. Security __________________ __________________

Page 182: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

PROJECT CLOSE-OUT CHECKLIST

Project: _________________________ Project Manager’s Signature: ______________________ Date: ___________

TASK DESCRIPTION COMPLETED DATE

Page 2

i. Other (Kitchen Equipment etc.) __________________ __________________

2. Final Finish Schedule (Updated with actual finishes and bound in with O+M Manual) __________________ __________________

3. Operation & Maintenance (O+M) Manuals (Approval cover letter from Architect required) __________________ __________________

a. Product & Operations Data __________________ __________________

b. Maintenance Information / List of Contractors & Contact info (with Filter Schedule) __________________ __________________

c. Product Warranty Certificates & Maintenance Agreements __________________ __________________

d. Commissioning Agents Final Report (Binder & CD) __________________ __________________

4. Shop Drawings – Complete Set (With Architect’s Review Stamp) __________________ __________________

C. Record Document Requirements – by Contractor

1. Contractor’s Certification of Completion of Work __________________ __________________

2. Affidavit of Release of Liens (AIA G706A) __________________ __________________

3. Affidavit of Payment of Debts and Claims (AIA G706) __________________ __________________

4. Consent of Surety of Final Payment (AIA G707) __________________ __________________

5. Final MBE Documentation __________________ __________________

6. Final Request for Payment Certified by Architect __________________ __________________

7. Contractors One-Year Warranty (notarized) __________________ __________________

D. Final Accounting Requirements – by Architect

1. Cover Letter of Approval of Roof Warranty __________________ __________________

2. Cover Letter of Approval for O&M Manuals __________________ __________________

3. Certification by Architect of Completed Final Punch List __________________ __________________

4. Final Liquidated Damages analysis by Architect __________________ __________________

5. AHERA - disclaimer / letter (AIA B141) __________________ __________________

6. Record Drawings

(Electronic files based on Contractor As-Builts; see contract documents for quantity) __________________ __________________

E. Warranty Period

1. Pre-Expiration Warranty Inspection

(Inspection 30 days prior to warranty expiration date) __________________ __________________

Page 183: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017823

OPERATIONS and MAINTENANCE DATA

OPERATION AND MAINTENANCE DATA

017823 1

PART 1 - GENERAL 1.1 DESCRIPTION

A. Work included: To aid the continued instruction of operating and maintenance personnel, and to provide a positive source of information regarding the products incorporated into the Work, furnish and deliver the data described in this Section and in pertinent other sections of these Specifications.

B. Related Work:

1. Documents affecting work of this section include, but are not necessarily

limited to, AIA A107-2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition, as amended, and Sections in Division 01 of these Specifications.

2. Required contents of submittals also may be amplified in pertinent other

Sections of these Specifications. 1.2 QUALITY ASSURANCE

A. In preparing data required by this Section, use only personnel who are thoroughly trained and experienced in operation and maintenance of the described items, completely familiar with the requirements of this Section, and skilled in technical writing to the extent needed for communicating the essential data.

1.3 SUBMITTALS

A. Comply with pertinent provisions of AIA A107 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition, as amended and Division 01 – Section 013300 - Submittal Procedures.

B. Submit the Operation and Maintenance Manual to the Architect electronically in pdf

format with Shop Drawing submittals and within sixty (60) days of the Notice to Proceed.

1. Data Disk – Submit three (3) data disk containing the project schedule shall

be provided with all schedule submissions.

2. File Medium - Required data shall be submitted on Compact Disc.

3. Disk Label - A permanent exterior label shall be affixed to each disk

Page 184: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017823

OPERATIONS and MAINTENANCE DATA

OPERATION AND MAINTENANCE DATA

017823 2

submitted.

C. Submit one (1) “Hard Copy” of the final Operation and Maintenance Manual and

electronically in pdf form to the Architect prior to indoctrination of operation and maintenance personnel but no later than thirty (30) days after Date of Substantial Completion,

D. Submittals of approved copies of operation and maintenance data will be a

prerequisite for approval of payment applications. PART 2 - PRODUCTS 2.1 INSTRUCTION MANUALS

A. Where instruction Manuals are required to be submitted under other Sections of these Specifications, prepare in accordance with the provision of this Section.

B. Format:

1. Size: 8-1/2" x 11"

2. Paper: White bond, at least 20 lb. weight

3. Text: Neatly written or printed

4. Drawings: 11" in height, preferable; bind in with text;

foldout acceptable; larger drawings acceptable but fold to fit within the Manual and provide a drawing pocket inside rear cover or bind in with text.

5. Flysheets: Separate each portion of the Manual with

neatly prepared flysheets briefly describing contents of the ensuing portion; flysheets may be in color.

6. Binding: Use heavy-duty plastic or fiber

7. Measurements: Provide all measurements in U.S.

standard units such as feet-and-inches, lbs, and cfm; where items may be expected to be measured within ten years in accordance with metric formula, provide additional measurements in the "International System of Units" (SI).

Page 185: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017823

OPERATIONS and MAINTENANCE DATA

OPERATION AND MAINTENANCE DATA 017823

3

C. Provide front and back covers for each Manual, using durable material approved by the Architect, and clearly identified on or through the cover with at least the following information:

OPERATING AND MAINTENANCE INSTRUCTIONS (_____ Name and address of Work _____) (_____ Name of Contractor _____) (_____ General subject of this manual _____) (_____ Approval signature of Program Manager _____) (_____ Approval date _____)

D. Contents: Include at least the following:

1. Neatly typewritten index near the front of the Manual, giving immediateinformation as to location within the Manual of all emergency informationregarding the installation.

2. Complete instructions regarding the installation and maintenance of allequipment involved including lubrication, disassembly, and reassembly.

3. Complete nomenclature of all parts of all equipment.

4. Complete nomenclature and part number of all other data pertinent toprocurement procedures.

5. Copy of all guarantees and warranties issued.

6. Manufacturer's bulletins, cuts, and descriptive data, where pertinent,clearly indicating the precise items included in this installation anddeleting, or otherwise clearly indicating, all manufacturer's data.

7. Such other data as required in pertinent Sections of these Specifications.

PART 3 - EXECUTION

3.1 INSTRUCTION MANUALS

A. Complete the Manuals in strict accordance with the approved preliminary drafts and the Program Manager's and Architect's review comments.

B. Any and all other items required by the specific specifications relating to the maintenance and operations of the various components of the work or any and all certificates and testing reports required by the specific specifications shall be

Page 186: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017823

OPERATIONS and MAINTENANCE DATA

OPERATION AND MAINTENANCE DATA

017823 4

incorporated into the maintenance manuals. Items of this nature shall include but are not limited to:

1. Test and balance reports of HVAC systems.

2. Test and certification reports of electrical systems such as fire alarm and

life safety systems, communications systems, clock systems, etc.

3. Valve tag lists

4. Certification of sterilization of potable water systems. 3.2 MAINTENANCE TRAINING

A. Comply with pertinent provisions of AIA A107 - 2007 Standard Form of Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition, as amended and Division 01.

B. Each Contractor, Subcontractor, and/or Factory Representative shall instruct the

Owner in the proper care, maintenance and operation of all systems installed under his Contract. Provide a written letter stating that the Owner has been instructed and list the following:

1. Date, time and place of instruction

2. Parties present

3. Systems and items instructions were given on

END OF SECTION

Page 187: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017836

WARRANTIES AND BONDS

WARRANTIES AND BONDS

017836 1

PART 1 - GENERAL 1.1 WORK INCLUDES

A. Compile specified warranties and bonds.

B. Compile specified service and maintenance contracts.

C. Co-execute submittals when so specified.

D. Review submittals to verify compliance with Contract Documents.

E. Submit to Program Manager for review and transmittal to Owner.

F. Related Requirements in Other Parts of Project Manual:

1. Bid or Proposal Bonds: Instruction to Bidders.

2. Performance Bond and Labor and Material Payment Bond: General Conditions of the Contract.

3. General Warranty of Construction: General Conditions of the Contract.

G. Related Requirements Specified in Other Sections:

1. Comply with pertinent provisions of AIA A107-2007 Standard Form of

Agreement Between Owner and Contractor for a Project of Limited Scope, Program as Adviser Edition, Division 01 – Section 013300 - Submittal Procedures, and Division 01 - Section 017700 – Closeout Procedures.

2. Operations & Maintenance Data: Section 017823 – Operations and

Maintenance Data.

3. Warranties and Bonds Required for Specific Products:

4. Provision and Warranties & Bonds, Duration: 1.2 SUBMITTAL REQUIREMENTS

A. Assemble warranties, bond and service and maintenance contracts, executed by

each of respective manufacturers, suppliers, and subcontractors.

B. Number original signed copies required: Three (3) each.

Page 188: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017836

WARRANTIES AND BONDS

WARRANTIES AND BONDS

017836 2

C. Table of Contents: Neatly typed, in orderly sequence. Provide complete

information for each item.

1. Product or work item.

2. Firm, with name of principal, address and telephone number.

3. Scope.

4. Date of beginning of warranty, bond or service and maintenance contract.

5. Duration of warranty, bond or service and maintenance contract.

6. Provide information for Owner's personnel:

a. Proper procedure in case of failure. b. Instances which might affect validity of warranty or bond.

7. Contractor, name or responsible principal, address and telephone

number. 1.3 FORM OF SUBMITTAL

A. Prepare in duplicate packets.

B. Format:

1. Size 8-1/2 in. x 11 in., punch sheets for 3-ring binder.

a. Fold larger sheets to fit into binders.

2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List:

a. Title of Project b. Name of Contractor

C. Binders: Commercial quality three-ring, with durable and cleanable plastic

covers. D. Electronic Submission:

Page 189: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017836

WARRANTIES AND BONDS

WARRANTIES AND BONDS

017836 3

1. Data Disk – Submit three (3) data disk containing the project schedule shall be provided with all schedule submissions.

2. File Medium - Required data shall be submitted on Compact Disc.

3. Disk Label - A permanent exterior label shall be affixed to each disk

submitted. 1.4 TIME OF SUBMITTALS

A. For equipment or component parts of equipment put into service during progress of construction:

1. Submit “Draft” documents within sixty (60) days of Notice to Proceed for

format approval. 2. Note: Warranty periods for equipment started during construction will not

start until substantial completion for the project.

B. Submit final documents thirty (30) days after Date of Substantial Completion.

C. For items of work, where acceptance is delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period.

1.5 SUBMITTALS REQUIRED

A. Submit warranties, bonds, and service and maintenance contracts as specified in respective sections of Specifications.

END OF SECTION

Page 190: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 191: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017839

PROJECT RECORD DOCUMENTS

PROJECT RECORD DOCUMENTS

017839 1

PART 1 - GENERAL 1.1 DESCRIPTION

A. Work included:

1. Throughout progress of the Work, maintain an accurate record of changes in the Contract Documents, as described in Article 3.1 below.

2. Upon completion of the Work, deliver the recorded changes to the

Program Manager.

3. Final record survey, performed by a Professional Land Surveyor, of installed underground materials and final grades.

B. Related work:

1. Documents affecting work of this Section include, but are not necessarily

limited to, AIA 107-2007, as amended, and Sections in Division 1 of these specifications.

2. Other requirements affecting Project Record Documents may appear in

pertinent other Sections of these specifications. 1.2 QUALITY ASSURANCE

A. Delegate the responsibility for maintenance of Record Documents to one person on the Contractor's staff as approved by the Program Manager.

B. Accuracy of records:

1. Accuracy of records shall be such that future searches for items shown

on the Project Record Documents may rely reasonably on the information provided under this Section of the Work.

1.3 SUBMITTALS

A. The Program Manager’s and Architect/ Engineer’s approval of the current status of Project Record Documents will be a prerequisite to the approval of requests for progress payment and request for final payment under the Contract.

B. Prior to submitting each request for progress payment, secure the Program

Manager’s approval of the current status of the Project Record Documents.

Page 192: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017839

PROJECT RECORD DOCUMENTS

PROJECT RECORD DOCUMENTS

017839 2

C. Prior to submitting the final request for payment, submit the final Project Record Documents to the Program Manager and secure his approval.

1.4 PRODUCT HANDLING

A. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer to the Program Manager.

B. In the event of loss of recorded data, use means necessary to again secure the

data to the Program Manager's approval.

1. Such means shall include, if necessary in the opinion of the Program Manager, removal and replacement of concealing materials.

2. In such case, provide replacements to the standards originally required by

the Contract Documents. PART 2 - PRODUCTS 2.1 JOB SET DOCUMENTS

A. Promptly following receipt of the Owner's Notice to Proceed, secure from the Program Manager, at no charge to the Contractor:

1. One complete set of all Documents comprising the Contract, including

Plans, Specification Manuals, and Shop Drawings Log.

2. Field survey books for use in staking sewer work. PART 3 - EXECUTION 3.1 MAINTENANCE OF JOB SET

A. Immediately upon receipt of the job set described in Paragraph 2.1-A above, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET".

B. Preservation:

1. Considering the Contract completion time, the probable number of

occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be

Page 193: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017839

PROJECT RECORD DOCUMENTS

PROJECT RECORD DOCUMENTS 017839

3

performed, devise a suitable method for protecting the job set to the approval of the Architect.

2. Do not use the job set for any purpose except entry of new data and forreview by the Architect.

3. Maintain the job set at the site of Work.

C. Making entries on Job Set Drawings:

1. Use erasable colored pencil, preferably red (not ink or indelible pencil) todelineate changes.

2. Show by station number location of all fittings, manholes, valves, wyelocations, etc.

3. Reference all valves to above ground items deemed to be reasonablysafe from being relocated and indicate such references on the drawings.

4. Show location of electrical conduit, pull boxes, etc.

5. Show all finish grades.

6. Note related Change Orders, Supplemental Instructions, and Requestsfor Information on plan sheets where applicable.

7. Maintain one complete copy of the Project Manual, including addenda,and one copy of other written construction documents such as ChangeOrders and modifications issued in printed form during construction.Mark these documents to show substantial variations in actual workperformed in comparison with the text of the Specifications andmodifications.

8. Maintain one copy of each Product Data submittal. Mark thesedocuments to show significant variations in actual Work performed incomparison with information submitted. Include variations in productsdelivered to the site, and from the manufacturer's installation instructionsand recommendations.

D. Submittals – Submit the following all within thirty (30) days after the Date of Substantial Completion:

1. Submit "marked-up" set of drawings to the Architect.

Page 194: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

ASHLEY RIVER ELEMENTARY SCHOOL POWER DISTRIBUTION SYSTEM IMPROVEMENTS

SECTION 017839

PROJECT RECORD DOCUMENTS

PROJECT RECORD DOCUMENTS 017839

4

2. Make any necessary additions as required by the Architect.

3. Submit field survey books to the Program Manager.

4. Submit one complete set of Product Data (Shop Drawing) submittals tothe Program Manager. All submittals are to include approval stamp of theArchitect.

END OF SECTION

Page 195: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260501-1

DIVISION NO. 26 – ELECTRICAL

SECTION 260501 - GENERAL REQUIREMENTS

PART ONE - GENERAL:

1.01 SCOPE:

A. The General and Special Conditions are a part of this Section of the Specifications.

B. Provide all labor, equipment, material, and operations required for complete, safe, and quietly operating electrical systems in accordance with Specifications and Drawings and subject to terms and conditions of the contract.

C. Drawings and Specifications are complementary and what is called for by either shall be as binding as if called for by both.

D. Examine other Drawings and Specifications and bring to the attention of Architect prior to bid time any omissions or discrepancies in this DIVISION.

1.02 CODES, RULES, PERMITS, FEES, AND APPLICABLE PROVISIONS:

A. Comply with the National Electrical Code, International Building Code, Life Safety Code, and Municipal Code requirements. The applicable code versions shall be as listed in on the plans. In case of conflict, Municipal Code shall govern.

B. The Contractor shall give all requested notices, obtain necessary permits, and pay all required fees.

C. Deliver to Architect permits and certificates.

1.03 DRAWINGS:

A. Project Drawings: The Drawings accompanying this Specification are generally diagrammatic and do not show all details of bolts, nuts, connections, and the like required for the complete system, and do not indicate the exact location of conduit, fixtures, equipment, etc., unless definitely dimensioned or noted. While these Drawings shall be followed as closely as possible, all dimensions shall be checked at the building and any necessary changes shall be made to accord with structural and architectural conditions, equipment to be installed or with the work of the different trades, without additional cost to the Owner, and as directed by the Architect. Any component item which is necessary for the proper operation of any system under this contract shall be furnished and installed by the Contractor without extra charge.

1.04 EXAMINATION OF CONDITIONS:

A. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the general and local conditions, and to all other

05/09/17

Page 196: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260501-2

matters which can affect the work under this contract. 1.05 COORDINATION: A. Coordinate work with other trades to avoid interferences and establish necessary space

requirements and tie-ins for each trade. B. Prior to starting installation, furnish to the General Contractor and all Sub-Contractors concerned,

copies of approved shop drawings showing location of equipment, piping, and etc. C. Schedule periodic meetings with other trades before and during installation to avoid conflicts and

assure that conduits and equipment are installed in the best manner, taking into consideration head-room, maintenance, appearance, and replacement.

END OF SECTION 260501

Page 197: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-1

SECTION 260503 - BASIC MATERIALS AND METHODS

PART ONE - GENERAL:

1.01 APPROVALS AND SUBSTITUTIONS:

A. All requests for substitutions shall be submitted so as to be received by the Engineer at least ten

(10) calendar days before bid date. Approved material will be listed in addendum form.

B. Contract prices shall be based on material and equipment as specified, unless written approval is

obtained for any deviations. Requests for substitutions before bid date may be submitted by

Contractors or by Equipment Manufacturer's Representatives.

C. Requests for approvals should be submitted in the form of a letter (with one copy minimum) on a

letterhead of submitting firm, along with a self-addressed, stamped, return envelope. Letter shall

be addressed to the Engineer and referenced to this project.

D. If there are no deviations between the items submitted and the plans and specifications, then the

submittal letter should contain the statement, "Items are in accordance with plans and

specifications with no deviations". An item with deviations from the plans and specifications may

be submitted for approval consideration. Letter should then state, "Item submitted is in accordance

with plans and specifications, except for the following deviations." Deviations should then be

listed in itemized form.

E. Items approved shall not be construed as authorizing deviations from the plans and specifications.

Contractor shall be responsible for verifying all dimensions with available space conditions with

provisions for proper access, maintenance, and part replacement, and for coordination with other

trades - mechanical, plumbing, structural, etc., for proper services and construction requirements.

F. Where such approved deviations require a different quantity and arrangement of wiring, conduit

and equipment from that specified or indicated on the drawings, the Sub-Contractor shall furnish

and install any such structural supports, controllers, starters, electrical wiring and conduit, and any

other additional equipment required by the system, at no additional cost to the Owner.

PART TWO - PRODUCTS AND EXECUTION:

2.01 MANUFACTURER'S INSTRUCTIONS:

A. Prior to purchasing equipment, procure product manufacturer's application, installation, and

operating instructions for use in conjunction with the system design drawings and specifications

during construction. If there exists any conflict between the manufacturer's publications and the

design drawings and specifications, immediately notify the Engineer, in writing. Upon notification

by the Engineer, proceed in accordance with his instructions.

2.02 Operations and Maintenance Manuals:

A. Prior to project closeout, the Sub-Contractor shall submit for approval, a completed operations and

maintenance manual to the engineer for review. The operations and maintenance manual shall

Page 198: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-2

contain at least the following items. Exclusion of items is permissible only when the scope of

electrical work outlined in these contract documents does not include an item listed below:

1. Electrical Contractor’s warrantee / guarantee showing dates of acceptance and duration.

2. Product data sheets, diagrams, performance curves, and charts published by the

manufacturer. Complete electrical characteristics and manufacturer’s part numbers shall

be provided for all equipment.

3. Charts which explain the conduit color coding scheme used for conduit and wire

throughout the facility.

4. Insulation resistance test results for all feeders.

5. Operating & users instruction manual(s) for Lighting control systems

6. Final circuit breaker trip and time delay settings

7. Chart listing fuse ampacity, type and manufacturer’s part number installed in each

disconnect.

8. Operating & users instruction manual(s) for any generators, transfer switches, or lighting

inverters.

9. Copy of the UL “Master Label” for any lighting protection system required elsewhere in

the contract documents.

10. Operating & users instruction manual(s) for the fire alarm system.

11. As built shop drawings and plans for the fire alarm system indicating device locations and

all calculations.

12. Digital media with as built fire alarm system program and all required programming

password & user names.

13. Copy of the fire alarm system paperwork required by the NFPA to be completed by the

fire alarm system installer.

14. Operating & users instruction manual(s) for the security, telephone, public address, or

sound augmentation and reinforcement systems.

15. A copy of the seismic submittal for electrical installation signed and sealed by the seismic

engineer.

16. Written documentation that service grounding system resistance measures no more than 5

ohms. Measurements shall be made using The fall of potential method.

2.03 SHOP DRAWINGS:

A. The Sub-Contractor shall submit for approval detailed shop drawings of all equipment and all

material required to complete the project, and no material or equipment may be delivered to the

job site or installed until the Sub-Contractor has in his possession the approved shop drawings for

the particular material or equipment. The shop drawings shall be complete as described herein.

The Sub-Contractor shall furnish the number of copies required by the General and Special

Conditions of the contract, but in no case less than six (6) copies.

B. Prior to delivery of any material to the job site, and sufficiently in advance of requirements to

allow Architect ample time for checking, submit for approval detailed, dimensioned drawings or

cuts, showing construction, size, arrangement, operating clearances, performance characteristics

and capacity. Each item of equipment proposed shall be a standard catalog product of an

established manufacturer and of equal quality, finish, and durability to that specified.

C. Samples, drawings, specifications, and/or catalogs submitted for approval shall be properly labeled

Page 199: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-3

indicating specific service for which material or equipment is to be used, section and article

number of specifications governing, Contractor's name, and name of project.

D. Catalogs, pamphlets, or other documents submitted to describe items on which approval is being

requested, shall be specific and identification in catalog, pamphlet, etc., of item submitted shall be

clearly made in ink. Data of a general nature will not be accepted.

E. Approval by the Architect and/or Engineer of shop drawings for any material, apparatus, devices,

and layouts shall not relieve the electrical contractor from the responsibility of furnishing same of

proper dimension, size, quantity, quality, and all performance characteristics to efficiently perform

the requirements, and intent of the contract documents. In addition, approval shall not relieve the

electrical contractor from responsibility for errors of any sort on the shop drawings. If the shop

drawings deviate from the contract documents, the electrical contractor shall advise the Architect

and/or Engineer of the deviations, in writing, accompanying the shop drawings, including the

reasons for deviations.

F. Failure of the Sub-Contractor to submit shop drawings in ample time for checking shall not entitle

him to an extension on contract time, and no claim for extension by reason of such default will be

allowed.

G. The table on the following pages shall be included in the front of the shop drawing submittal.

Sections of the specifications that are included in the specifications manual for this project shall

require a submittal for each item listed. Incomplete or partial submittals shall be rejected.

Page 200: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-4

Spec Section # Item Description

Site Lighting 1 Landscape lighting fixtures

2 Lamps

3 Type FSIFP outlet boxes

General Completion 1 Insurance Certificate indicating that stored materials are held in a bonded

warehouse

2 Superintendent's name, job trailer phone and fax numbers

3 Name Plates type and attachment method

Conduit 1 Conduit , Cables, Tubing

2 Supports

3 Fittings and connectors

4 Expansion joints

5 Ground Bushings

6 Tracing tape

7 Sealants

8 Fire Wall Penetrations (Provide U.L. Listing Number)

Busways 1 Busway

Under floor Ducts 1 Duct system sharing joiners, spaces, covers, supports, seats, etc.

Surface Metal Raceway 1 Surface raceway system - include all components

Wires and Cables 1

Wire – minimum size, manufacturer, insulation type

2 Connectors and lugs

Outlets, Switches &

Boxes

1

Outlet boxes

2 Floor Boxes

Wall Switches 1 Switches (Also indicate color, load type, terminal type, and rating)

2 Plates

Receptacles 1

Receptacles

2 Plates

Lighting Control Relay

System

1

Relay cabinet and relay modules

2 Override switches

3 Cables

4 Photocells

Dimming System 1 Dimmer panel and dimmer modules

2 Control consoles

Page 201: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-5

Spec Section # Item Description

Lighting Control Sensors 1 Sensors

2 Power Packs

Motor Starter 1 Motor starters

Motor Control Center 1

Documentation showing installers experience with submitted system

2 Motor control center with all components and appurtenances.

Panel boards 1

Panel boards (also indicate short circuit current rating and withstand rating)

Fuses 1

Fuses

2 Fuse Cabinet

Main Switchboard 1 Main Switchboard (also indicate short circuit current rating and withstand

rating)

Motor & Circuit

Disconnects

1

Disconnect Switches

Dry Type Transformers 1 Dry type transformers

Pad Mounted xformers 1 Pad mounted transformer

Generator Set 1 Generator

2 Transfer Switch

3 Vibration Isolation

4 Mounting / pad dimensions

5 Cooling system

6 Exhaust system

7 Control system

8 Engine heater

9 Battery and charger

# Main line circuit breaker

External TVSS / SPD 1 Surge Protective Devices

Underground Electrical

Work

1

Ground rods

Service and Metering 1 Meter sockets

2 CT cabinets

Grounding 1 Grounding devices and fitting

2 Ground rods

Lighting Fixtures 1 Light Fixtures

2 Lighting Control Systems

3 Arc Keeper Devices

Page 202: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-6

Spec Section # Item Description

4 Generator Transfer / Switch bypass devices (GTD)

5 Occupancy Sensors

6 Lighting Inverter Systems

Exterior Sports Lighting

Poles

1

Data and calculation showing that submitted pole complies with contract

documents

2 Data and calculation showing that submitted foundation complies with

contract documents

3 Poles

4 Foundations

5 Lighting protection system

Emergency Lighting

System

1

Inverter units

2 Battery charger

3 Batteries

4 Cabinets

Fire Alarm System 1 Fire Alarm System Control Panel

2 Power Supply / Batteries

3 Smoke Detectors / Heat Detectors

4 Addressable modules

5 Cables and Wiring

6 Manual Pull Stations

7 Notification Devices

8 Documentation that certifies that the installer has been factory trained on the

submitted system.

Security System 1 Control panel

2 Control key pads

3 Enclosure

4 Magnetic door contacts

5 Motion detector

6 Sounder

Office phone Sys. 1 Telephone system control cabinet

2 Hand/desk sets

3 Wire and cables

Integrated Telecomm /

Telemedia Systems

1

Integrated telephone, public address and telemedia control system

2 Outline drawing of system control cabinet

Page 203: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-7

Spec Section # Item Description

3 FCC registration number with signal equivalent

4 Wiring diagrams showing typical connector

5 Certification of completion and installation and service training from system

manufacturer

Classroom Intercom,

Master-clock & Program

System

1

Console

2 Administrate telephone

3 Staff telephone

4 Room call-in switch

5 Digital master clock

6 Speakers/ back boxes

7 Exterior speakers

8 Cables and wiring

Public Address System

Replacement

1

Equipment cabinet

2 Control panel

3 AM-FM tuner, cassette player

4 Power amplifier

5 Selection panels

6 Master clock and program distribution system

7 Room call-in switch

8 Speakers/ back boxes

9 Exterior speakers

10 Cable

Public Address

Communication Sys

(w/phones)

1

FCC registration number of the submitted system

2 Data sheets for all equipment being provided

3 Internal control cabinet drawings showing internal block diagram

connections

4 Wiring diagrams showing typical field wiring connections

5 Documentation that installer maintains service and parts for submitted

system

Sound Augmentation

Systems

1

Microphones, receptacles, extension cables and stands

2 Mixer/ pre-amp

3 Amplifiers

4 Cables

Page 204: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-8

Spec Section # Item Description

5 Equipment housing

6 CD player

7 Monitor headphone

8 Equalizer

9 Crossover network

10 High frequency horns and drivers

11 Low frequency loudspeaker and enclosure

Sound Reinforcement

System

1

Microphones, receptacles, extension cables and stands

2 Mixer/ pre-amp

3 Equalizer

4 Crossover network

5 Amplifier

6 speakers

7 Equipment housing

8 Cable

Athletic Field Sound

Augmentation System

1

Microphones

2 Amplifiers / mixers

3 Speakers & mounting brackets

4 Equipment housing

5 Cd players/mixers/compressors/power conditioners

6 Cables / wall plates

Coaches'

Communication Sys

1

Master station

2 Headset 1 belt system

3 Head coach switch module

4 Extension cables

Television Distribution

System

1 Block diagram of system showing catalog numbers of amplifiers, splitter,

taps and cables

2 Head end amplifiers

3 Noise filters

4 Pre-amplifiers, re-amplification and pads

5 Coaxial cable

Media Management

Center and Video

Distribution

1

Internal control cabinet block diagram

2 Wiring diagrams showing typical field wiring connections

3 FCC registration number

Page 205: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260503-9

Spec Section # Item Description

4 Data sheets for all equipment being provided

5 Cable

Telecom Infrastructure 1 Cable trays and supports

2 Fire wall penetrations

3 Grounding equipment

4 Hand Hole Boxes and Covers

5 Cables

6 Communication outlets

7 Grounding equipment

Vibration & Seismic

Control

1 Complete set of calcs and shop drawings with PE seal certifying that the

design meets seismic req.

2 Seismic design errors and omissions insurance certificate.

END OF SECTION 260503

Page 206: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 207: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260519-1

SECTION 260519 - WIRES AND CABLES

PART ONE - GENERAL:

1.01 CONDUCTORS:

A. Provide soft-drawn copper conductors in raceways as shown on Drawings. Conductors shall

conform to the latest NEC requirements and meet ASTM specifications, with 75/90 degree C,

Type THHN/THWN-2 insulation.

B. All wire and cable shall be new, with size, grade of insulation, voltage and manufacturer's name

permanently imprinted on outer covering at regular intervals, and delivered to the job site in

complete coils and reels. All wires sized #10 and smaller shall be solid, and sizes #8 and larger

shall be stranded.

1.02 COLOR CODING:

A. Wire and cable shall have colored insulation in sizes #10 and smaller; and in sizes #8 and larger

shall be color coded on the job using Scotch color tape, E-Z code, Brady, or equal wire markers.

Color coding shall be as follows:

240 DELTA/120 or

208 WYE/120 VOLT SYSTEM 480 WYE/277 VOLT SYSTEM

Phase A - Black Phase A - Brown

Phase B - Red Phase B - Orange

Phase C - Blue Phase C - Yellow

Neutral - White Neutral - Gray

Grounding - Green

*Provide permanent identification of color coding in each branch circuit panelboard as per NEC.

PART TWO - PRODUCTS:

2.01 CONDUCTORS:

A. Wire and cable shall be as manufactured by Colonial Wire & Cable, Encore Wire Corporation,

Southwire Co., General Cable, Cerro Wire, or approved equal.

2.02 CONNECTORS:

A. Connectors, lugs, and terminals, shall be as manufactured by 3M Company, Ideal, Anderson,

Thomas & Betts, OZ Electrical Mfg. Co., or approved equal.

Page 208: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260519-2

PART THREE - EXECUTION:

3.01 CONDUCTORS:

A. Minimum wire size for all branch circuits shall be #12 except where indicated otherwise. If the

distance from the panelboards to the first outlet exceeds 50 ft., the minimum size conductor for

this run shall be #10. If the distance from the panelboards to the first outlet exceeds 100 ft., the

minimum size conductor for this run shall be #8. If in special cases this distance must be

exceeded, larger conductors of sizes noted on the plans shall be installed.

B. Do not pull conductors before completion of masonry, concrete, and other trades which generate

dust and debris.

C. Wire and cables shall be suitably protected from weather during storage and handling and shall be

in good condition when installed.

3.02 TERMINATIONS:

A. Conductors #8 and larger shall be connected to equipment by means of pressure type mechanical

lugs. Where multiple conductors are connected to the same terminal, each conductor shall be

provided with an individual lug.

B. Solderless connectors of the proper type shall be used for all wiring connections. Where com-

pression type connectors are noted on the plans and in the specifications, they shall be installed

with approved hydraulic tools to assure a permanent, mechanically secure, high-conductivity joint.

Where soldered joints are specified, the cable joint shall be mechanically strong before soldering.

Solder shall be carefully applied without use of acid. Soldered connection shall be wrapped with

rubber and friction or insulating plastic tape in a manner approved for circuit voltage.

3.03 TAPS AND SPLICES:

A. All cable taps, and splices shall be made secure with solderless pressure type connectors, unless

otherwise specified. Where compression type connectors are noted on the plans and in the specifi-

cations, they shall be installed with approved hydraulic tools to assure a permanent, mechanically

secure, high-conductivity joint. Where soldered joints are specified, the cable joint shall be

mechanically strong before soldering. Solder shall be carefully applied without use of acid.

Soldered connection shall be wrapped with rubber and friction or insulating plastic tape in a

manner approved for circuit voltage.

B. All high-voltage conductor and cable splices, connections, and terminations shall be made with

termination or splicing kits containing the necessary connectors and insulating materials for the

specific cable size and type involved.

C. Where conductors are to be connected to metallic surfaces, the coated surfaces of the metal shall

be polished before installing the connector. Lacquer coating of conduits shall be removed where

ground clamps are to be installed.

Page 209: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260519-3

D. Join conductors with twist on wire connectors sized for the number and gauge of conductors or by

soldering, brazing, or welding. Tape all soldered or brazed connections or cover with approved

prefabricated insulating devices to provide insulation resistance at the connection equal to that of

the wire. Make splices in boxes or fittings only. Push in type wire connectors shall not be used.

3.04 INSULATION RESISTANCE TESTING

A. All panel board and switchboard feeders shall be tested prior to energizing. 480V feeders shall be

tested at 1000 VDC, 208V and 240V feeders shall be tested at 500 VDC.

B. All current carrying and neutral conductors in every set of conductors shall be tested. Each current

carrying and neutral conductor shall be tested to ground and to each other.

C. All resistance measurements shall be recorded after 60 seconds and all measurements shall be

temperature corrected to 60 degrees F.

D. For each test measurement, the electrical contractor shall record the following information: Project

name, date, temperature, humidity, testers name, testing device manufacturer and model number,

feeder origin and termination points, test voltage, set number (for parallel feeders), conductor

length, conductor size, measurement origin and termination (for example “A phase to ground “or”

A phase to B phase”), insulation resistance in meg-ohms per foot at 60 degrees F, and the

signature of the tester. A sample form is attached and a spreadsheet which calculates the corrected

insulation readings in meg-ohms per foot at 60 degrees F is available from the engineer.

E. All feeder insulation resistance measurements shall be forwarded to the engineer for review prior to

energizing of the feeder. Copies shall also be collected into a binder and submitted to the owner as

part of the operations and maintenance (O & M) documentation.

F. Cables with an insulation resistance measurement corrected to 60 degrees F, which is less than 2

meg-ohms per foot shall be replaced by the electrical contractor at no additional cost to the owner.

END OF SECTION 260519

Page 210: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

Project Name Tester's Name

Test Date

Tester's

Signature

Test Voltage (use 1000 volts

for 480V, 500 volts for 208 /240V) Volts DC

Testing Device

(Make & Model)

Feeder Origin Feeder

Destination

Feeder Operating Voltage Volts Feeder Length Feet

Temperature Degree F Humidity % RH

MEASURED INSULATION READING (in Meg Ohms at ambient temperature)

Set # 1 2 3 4 5 6 7 8 9 10 11 12 13 14

A TO B

A TO C

B TO C

A TO N

B TO N

C TO N

A TO G

B TO G

C TO G

N TO G

CORRECTED INSULATION READING (Meg Ohms/ft at 60 deg F temperature)

Set # 1 2 3 4 5 6 7 8 9 10 11 12 13 14

A TO B

A TO C

B TO C

A TO N

B TO N

C TO N

A TO G

B TO G

C TO G

N TO G

Page 211: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260526-1

SECTION 260526 - GROUNDING

PART ONE - GENERAL:

1.01 Furnish and install grounding system to comply with NEC and as shown on Drawings.

PART TWO - PRODUCTS:

2.01 Grounding devices and fittings shall be as manufactured by Thomas & Betts, Appleton, OZ Electrical Mfg. Co., or approved equal.

PART THREE - EXECUTION:

3.01 Ground main service by exothermic welding the grounding conductor to main cold water pipe, building steel, footing rebar, and at least three 3/4" diameter x 10' long ground rods driven 10' apart outside building in unpaved earth. The rods shall be loop interconnected with each other by a minimum No. 250 MCM AWG bare copper conductor thermal welded, using the proper style mold, to each rod below grade.

3.02 Electrical Contractor shall provide Engineer with written documentation that service grounding system resistance measures no more than 5 ohms. Measurements shall be made using The fall of potential method. Supplemental grounding electrodes and / or soil supplements shall be installed as necessary to achieve the specified resistance. Copies shall also be collected into a binder and submitted to the owner as part of the operations and maintenance (O & M) documentation.

3.03 All ground rods and fittings used shall be free from paint, grease, and other poorly conducting material, and contact surfaces shall be cleaned thoroughly to insure good metal-to-metal contact.

3.04 Install bonding jumpers between all panelboards and feeder raceways connected thereto; across pull box and raceway expansion joints and across water meters located within buildings.

3.05 All connections to equipment grounding conductors shall be accessible for inspec¬tion and shall be made with solderless connectors thermal welded, using the proper style mold, to the equipment or structure to be grounded. Unless otherwise indicated on drawings, grounding conductors within raceway system shall be instal¬led in exposed rigid steel conduit with both conductor and conduit bonded at each end.

3.06 Provide all motor related equipment, kitchen equipment, transformers and fans with an equipment ground. Equipment grounding conductors shall be sized in accordance with NEC Article 250.

3.07 Do not use flexible metal conduit fittings as a grounding means. Pull a green ground wire in or around each piece of flexible conduit and screw to conduit system with lugs at both ends.

3.08 Telecommunication systems shall be grounded and bonded per the telecommunication infrastructure specifications found elsewhere in these construction documents.

END OF SECTION 260526

Page 212: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 213: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260529-1

SECTION 260529 – SUPPORTING DEVICES

PART ONE – GENERAL:

1.01 DESCRIPTION:

A. Support and align all raceways, cable trays, wireways, cabinets, boxes, fixtures, equipment, etc., in an approved manner.

B. Supports shall be in conformance with the requirements of the current building codes and local amendments, or the requirements of this Section, whichever is more stringent.

C. Seismic anchorages, seismic restraints and fixture and equipment supports shall be in accordance with National Uniform Seismic Installation Guidelines (NUSIG).

PART TWO – PRODUCTS:

2.01 MATERIALS, GENERAL:

A. Support raceways on approved types of wall brackets, ceiling trapeze hangers or malleable iron straps. “Perforated plumbers’ strap” not permitted as means of support.

1. Acceptable manufacturer’s of support brackets and hangers: “Uni-strut,”“Kindorf” or “B-line.”

2. “Caddy” fasteners are permitted for support of conduit to concealedmetal studs and for conduit concealed above suspended acousticalceilings.

3. All supporting devices located outdoors or in areas subject to moistureshall be hot-dip galvanized or stainless steel.

B. Do not support raceways or equipment from ceiling tie wire or T-bar, piping or ductwork. Support independently.

C. Provide safety wires (a minimum of four [4] 12 gauge hangers) or equivalent chains for each light fixture installed in T-bar or other ceiling suspension systems. Safety wires and chains shall be securely attached to diagonally opposite corners of each fixture and to structure.

D. Surface mounted lighting fixtures supported from T-bar grid shall be attached to the grid with a positive clamp device that completely surrounds the supporting member similar to Caddy “IDS.” Provide safety wires as specified in the foregoing.

Page 214: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260529-2

E. Provide safety wires (a minimum of two [2] 12 gauge hangers) or equivalent aircraft cable for each pendant mounted fixture. Hangers or cable shall be securely attached to fixture, then routed through stem and securely attached to structure.

F. Earthquake Anchorages: 1. Anchor all equipment, raceways, cable trays, etc., to the building

structure to resist earthquake forces in accordance with the requirements of the National Uniform Seismic Installation Guidelines for Architects, Engineers, Inspectors and Contractors.

2. Total lateral (earthquake) force shall be not less than 1.00 times the

equipment weight acting laterally in any direction through the equipment center of gravity. Provide adequate backing at structural attachment points to accept the forces involved.

3. Provide equipment supported by flexible isolation mounts with

earthquake restraining supports positioned as close to equipment as possible without contact in normal operation (earthquake bumpers). The maximum lateral displacement due to the computed earthquake force from above shall not exceed 1.5”. Floor mounted equipment weighing less than 2,000 lbs may have one (1) 6 x 6 x 3/8 x 18” steel angle bolted to the floor with four (4) 5/8” diameter bolts placed on four (4) sides of the equipment.

G. Independent support wires above lay in ceilings shall be orange in color. 2.02 HARDWARE, COMPOSITIONS AND FINISHES: A. In dry indoor areas, all threaded fasteners and associated hardware shall be steel,

with a zinc or cadmium plated finish. B. In general, fasteners in outdoor, damp or corrosive environments shall be of the

largest trade size that will fit the item being fastened, shall have the coarsest threads commercially available in that size, and shall be hot-dip galvanized steel. Zinc electroplate will be acceptable only in the smaller sizes where hot-dip galvanized is not commercially available. On metal construction, install with the full length of the threads and the hole wet with cold galvanized touch up compound (Z.R.C. or accepted equal).

C. Where PVC, liquidtight flex or plastic-coated conduit is installed on wood

construction in outdoor, damp or corrosive environments, fasteners shall be made of monel or stainless steel alloy suitable for marine environments, such as alloys 430, 446, 18-8, 304, 316 or 347.

2.03 STRUT: A. U-channel strut for use in heated indoor areas shall be steel. For installations that

will be finish painted as part of the project, factory finish of the strut shall be

Page 215: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260529-3

paintable galvanizing, or phosphatized and primed. For installations that will not be finish painted, the factory finish of the strut shall be galvanized.

B. For outdoor installation of galvanized conduits and boxes, strut shall be steel with hot-dip galvanized finish. All field-cut ends and other breaks in the finish shall be thoroughly treated with cold galvanized touch-up compound (Z.R.C. or accepted equal).

C. U-channel strut for support of PVC or plastic-coated conduits in outdoor, damp or corrosive environments shall be fiberglass, RobRoy “Rob-Glass” or accepted equal, assembled with the manufacturer’s standard end sealant and corrosion-protected hardware and accessories.

PART THREE – EXECUTION:

3.01 FASTENING:

A. Secure boxes, wall brackets, cabinets and hangers by means of toggle bolts in hollow masonry; preset inserts or expansion bolts in solid masonry and concrete; machine screws, bolts or welding on metal surfaces; and wood or sheet metal screws in wood construction. Obtain permission from ANC before using any type of powder powered studs.

3.02 FIXTURE SUPPORTS:

A. For other than T-bar ceiling fixtures and for all fixtures weighing more than 56lbs, support luminaries from structural members capable of supporting total weight, under seismic conditions and independently from wiring system. Attach to steel members by approved beam clamps and rods.

3.03 PENDANT FIXTURES:

A. Loop and hook or swivel hanger assemblies for pendent fixtures shall be fitted with a restraining device to hold the stem in the support position during earthquake motions. Pendent-supported fluorescent fixtures shall also be provided with a flexible hanger device at the attachment to the fixture channel to preclude breaking of the support. The motion of swivels or hinged joints shall not cause sharp bends in conductors or damage to insulation.

3.04 ASSEMBLY MOUNTED OUTLET BOX:

A. A supporting assembly that is intended to be mounted on an outlet box shall be designed to accommodate mounting features on 4” boxes, 3” plaster rings and fixture studs.

3.05 WALL-MOUNTED EMERGENCY LIGHT UNIT:

A. Each wall-mounted emergency light unit shall be secured in a manner to hold the unit in place during a seismic disturbance.

3.06 SAFETY WIRES:

Page 216: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260529-4

A. Attach safety wires to lighting fixtures so that no part of the fixture, in event of

ceiling suspension system failure, will drop more than 6” below normal ceiling height. Each end of each wire shall be secured with a minimum of three (3) tight wraps.

3.07 STRUCTURAL ATTACHMENTS: A. Provide adequate backing at structural attachment points to accept the forces

involved. B. Attachment to plaster or gypsum board not permitted unless specifically

approved in writing by ANC on case-by-case basis. Where approved, such attachment shall be by means of molly or toggle bolts.

3.08 ELECTRICAL BOXES INSTALLED IN ACOUTIC CEILING TILES A. Electrical boxes installed in acoustic ceiling tiles shall be of the type outlined in

the electrical boxes section of these specifications. B. They shall be supported from Caddy (Erico) 512HDEEP heavy duty T Grid box

hangers with 512HDXT extension brackets as necessary. C. Electrical boxes installed in acoustic ceiling tiles shall have one independent

safety wire attached to structure secured with a minimum of three (3) tight wraps.

END OF SECTION 260529

Page 217: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260533-1

SECTION 260533 - CONDUIT

PART ONE - GENERAL:

1.01 Minimum size conduit shall be ½”. Other sizes shall be as indicated on the Plans, or required by the National Electrical Code for number and size of conductors installed. All conduit joints shall be cut square, threaded, reamed smooth and drawn tight. Bends or offsets shall be made with standard conduit ells, field bends made with an approved bender or hickey, or hub-type conduit fittings. Number of bends per run shall conform to National Electrical Code limitations. All wiring, regardless of voltage, shall be in conduit.

PART TWO - PRODUCTS:

2.01 RIGID METAL CONDUIT (OR IMC):

A. Shall be used for:

1. Service.

2. Exposed branch circuits where subject to damage.

3. Branch circuits underground where outside of building line if not installed under 3” ofconcrete.

2.02 RIGID NONMETALIC CONDUIT (RNC):

A. Shall be used for:

1. Branch and feeder circuits underslab where inside of the building line (ground flooronly).

2. Branch circuits underground where outside of the building line and below at least 3”of concrete or within duct banks

B. Shall be schedule 40 PVC.

2.03 PVC COATED RIGID GALVANIZED METAL CONDUIT

A. Shall be used for:

1. Corrosive exterior environments around cooling towers.

2.04 ELECTRICAL METALLIC TUBING (EMT):

A. Shall be used for:

1. All areas not listed in paragraphs 2.01, 2.02 and 2.03.

Page 218: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260533-2

PART THREE - EXECUTION: 3.01 RACEWAYS:

A. Horizontal and vertical conduit runs may be supported by one hole malleable straps, clamp-backs or other approved devices with suitable bolts, expansion shields, or beam clamps for mounting to building structure or special brackets. Adjustable hangers may be used to suspend large conduits when separately located. If adjustable trapeze hangers are used to support groups of parallel conduits, U-bolt or similar type clamps shall be used at the end of a conduit run and at each elbow. J-bolts or approved clamps shall be installed on each third intermediate trapeze hanger to fasten each conduit. Hangers shall be painted with two coats of oil paint. Where excessive corrosive conditions are encountered, hanger assemblies shall be protected, after fabrication, by sheradizing or galvanizing, special paint, or other suitable preservative methods. The use of perforated iron straps, wire, etc., for supporting conduits will not be permitted. The required strength of the supporting equipment and the size and type of anchors shall be based on the combined weight of conduit, hanger, and cable.

B. Conduit installed in exterior wall shall be routed in stud or block cavity not in air spaces

between block and brick. C. Where any run of rigid conduit may change to a run of EMT, or vice-versa, such a

change shall be made in a junction or outlet box, as elsewhere required, with each conduit terminating separately therein.

D. Conduit shall be continuous from outlet to outlet and from outlets to cabinets, pull boxes

or junction boxes, and shall be secured to all boxes with locknuts and bushings in such a manner that each system shall be electrically continuous throughout. Conduit ends shall be capped to prevent entrance of foreign materials during construction.

E. Conduit terminals at cabinets and boxes shall be rigidly secured with locknuts and

bushings as required by the National Electrical Code and other electrical codes. All conduit bushings shall be of the insulating type with two locknuts.

F. All conduit shall be installed complete before conductors are pulled in. All conduit shall

be cleaned and free of foreign matter inside before any conductors are pulled in. A run of conduit which has become clogged shall be entirely freed, or shall be replaced.

G. A pullwire shall be left in each run of empty conduit. Pullwire shall be 16 gauge

galvanized steel. H. Run all conduit at right angles to or parallel to walls of building. I. Use short pieces, approximately two feet, of flexible metal conduit to connect motors and

other devices subject to motion and vibration. J. Support conduit and secure to forms when cast in concrete so that conduit will not be

displaced during pouring of concrete. Stuff boxes and cork fittings to prevent entrance of

Page 219: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260533-3

contaminants during concrete pouring and at other times during construction prior to completion of conduit installation.

K. Use expansion fittings with copper bonding jumpers to assure ground continuity across expansion joints in walls, floors, and ceilings. Use double locknuts and bushings on panel feeders at panel enclosures.

L. Install grounding bushing on all conduit entering or leaving main switchboard. Connect each bushing to switchboard ground bus with a separate #4 bare copper conductor, lugged to bus.

M. Any EMT connectors must be all steel compression type with insulated throat. EMT couplings shall be all steel compression type. No cast fittings of any type will be accepted.

N. Color coding shall be provided every 8'-0" on conduit or factory colored conduits shall be used and shall be as follows:

1. 480 volt, single and three phase - Orange

2. 208 volt, single and three phase - Green

3. 120 volt - Yellow

4. Fire alarm system - Red

5. Motor and other control systems - Blue

6. Telephone and communications - Purple

7. Security – Black.

O. All firewall penetrations shall be properly fireproofed with U.L. listed system that conforms to the wall or floor type, wall or floor fire rating, and to the size and number of conduits penetrating the wall or floor.

P. Conduit shall not be routed within 1.5” of the underside of a corrugated metal roof deck and shall not be fastened to or supported from the underside of a corrugated metal roof deck.

Q. Underground conduits outside of the building line shall be installed as follows:

1. Conduits shall be a minimum of 30" below grade.

2. Rigid non-metallic conduit shall have an electronically detectable tracing tapeinstalled above them.

3. Rigid non-metallic conduit bends shall be pre-manufactured “factory” bends or field

Page 220: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260533-4

made bends using “hot box” style conduit benders. 4. Rigid non-metallic conduit shall be installed below a minimum of 3" of concrete 5. Rigid non-metallic conduit joints shall be made per the manufacturer’s instructions

including use of primer prior to application of glue.

R. Underground conduits inside of the building line shall be installed as follows: 1. Conduits shall be run under vapor barrier and shall be routed or shall be installed

deep enough to prevent penetration of building footers or other structural supports. 2. Conduit shall have rigid steel 90's installed where penetrating slab. Rigid steel 90’s

shall have two coats of asphaltum and all wrench marks and etc., shall be touched-up after conduit has been assembled.

3. Rigid non-metallic conduit joints shall be made per the manufacturer’s instructions

including use of primer prior to application of glue.

S. Conduits shall not be installed within the concrete slabs of intermediate floor levels. T. Conduits which are subjected to large temperature differences or those which enter the

building from the exterior shall be sealed. The sealing method shall be equal to poly water FST. Conduits to be sealed include:

1. Those which enter the building from the exterior. 2. Those which enter coolers or freezers. 3. Those which pass through unconditioned portion of the building. 4. Those which supply rooftop equipment. U. Conduits shall not be installed above or on top of a roof without expressed permission of

the engineer. Conduits serving rooftop equipment shall be routed within the building and penetrate the roof plane vertically at the equipment being supplied.

V. Conduits installed in masonry construction shall be routed vertically in block cavities.

They shall not be routed horizontally for more than 24” within block wall where such installation requires excessive cutting or notching of each block.

W. Where surface mounted conduits are permitted, they shall be painted to match the

adjacent wall surfaces. X. Bridging between steel joist framing shall not be used to support conduits. Y. Parallel sets of conductors routed below grade shall be installed in duct banks.

Page 221: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260533-5

1. Duct bank shall be encased in concrete with at least three inches ofconcrete at the top and bottom and two inches on each side. A horizontaland vertical separation between the ducts of 3 inches shall be maintainedby installing thermoplastic high impact spacers at 4 foot intervals.Spacers shall be equal to Carlon #SPxW30-2.

2. Stagger the joints of the conduits by rows and layers so as to provide aduct line having the maximum strength.

3. During construction, protect partially completed duct lines from theentrance of debris such as mud, sand and dirt by means of suitableconduit plugs.

4. As each section of a duct line is completed, draw a testing mandrel notless than 12 inches long with a diameter 1/4 inch less than the size of theconduit through each conduit, after which draw a brush having thediameter of the conduit, and having still bristles through until the conduitis clear of all particles of earth, sand, and/or gravel; then immediatelyinstall conduit plugs.

5. Conduits shall be sized as indicated on project drawings. Provide steelreinforcing in concrete duct bank as indicated on drawings. Separateconduit as indicated.

6.) Install the top of the concrete envelope not less than 30 inches belowgrade or as indicated on project Drawings.

Z. Concrete used to cover below grade conduits shall be 3000 psi concrete with 1 inch maximum aggregate

END OF SECTION 260533

Page 222: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 223: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260534-1

SECTION 260534 - ELECTRICAL BOXES

PART ONE - GENERAL:

1.01 OUTLET BOXES:

A. All outlet boxes shall be standard galvanized steel type, at least 4" x 4" x 1-1/2" deep, single or ganged of size to accommodate devices noted. Boxes shall be equipped with plaster ring or cover as necessary. Standard deep type boxes shall be used in floor slab construction so that concealed conduits entering sides of boxes can clear steel reinforcing rods. Extension rings, plaster rings and device extension covers shall be all steel.

1.02 FLOOR BOXES:

A. Boxes for floor outlets shall be the cast-metal, threaded conduit entrance waterproof type with means for adjusting the cover plate to finished floor level. Boxes shall have an approved gasket or seal between adjusting ring and box. Cover plates on floor boxes shall be of heavy brass, with permanent ring or flange and rubber gasket.

1.03 JUNCTION BOXES:

A. Where indicated on the plans, and where necessary to terminate, tap-off or redirect multiple conduit runs, the Electrical Contractor shall furnish and install appropriately designed junction boxes. They shall have full access screw covers mounted with corrosion-resistant machine screws. Box size shall be as required by the NEC for the number of conduits and conductors entering and leaving it.

1.04 PULL BOXES:

A. Furnish and install pull boxes where necessary in the raceway system to facilitate conductor installation.

PART TWO - PRODUCTS:

2.01 Boxes shall be as manufactured by Steel City, Thomas & Betts, OZ Electrical Mfg. Co., Raco, Appleton, Circle F Mfg., or approved equal.

2.02 Floor outlets shall be as manufactured by Wiremold, Hubbell, T&B, Raco, or Steel City.

PART THREE - EXECUTION:

3.01 GENERAL:

A. Electrical Contractor shall furnish and install plugs for all knockout openings.

B. Surface mounted exterior boxes shall be weatherproof aluminum.

C. Masonry boxes shall be used in masonry walls.

3.02 OUTLET BOXES:

A. Electrical Contractor shall coordinate the mounting heights listed in this section with the general

Page 224: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260534-2

contractor to insure that there are no conflicts with structural bond beams or other elements. B. Electrical Contractor shall grout any gap between flush mounted boxes and the wall surface that is

larger than 1/8”. C. Convenience outlets shall be located 1'-4" to bottom of box above finished floor, unless otherwise

indicated on the plans. D. Wall-switch outlets shall be located 4'-0" to top of box above finished floor. When located near

doors, they shall be installed on the lock side of the door, unless otherwise indicated on the plans. E. Clock outlets shall be installed 7'-4" to bottom of box above finished floor, unless otherwise

indicated on the plans. F. Outlet boxes for concealed telecommunication systems shall be of the 4" square type 2 1/8” deep

with single gang plaster ring and bushed opening cover plate. Telecommunication outlet boxes shall be installed at 1'-4" to bottom of box above finished floor unless otherwise indicated on the plans. Telecommunication boxes shall be installed with blank cover plates when cabling is not being installed by the electrical contractor

3.03 JUNCTION BOXES: A. Where intermediate cable supports are necessary because of box dimensions, provide insulated

cross-brackets to support the conductors. Boxes shall be supported independently of conduits entering them. Brackets, rod hangers, bolts, or other suitable supporting means may be used.

3.04 PULL BOXES: A. In general, conduit runs of more than 100 feet, or more than three right angle bends, shall have a

pull box installed at a convenient intermediate location. All boxes shall be of metal gauge and size as required by the NEC for the number and size of conduits and conductors involved. Boxes shall have removable screw covers. Boxes shall be securely mounted on the building structure with supporting facilities independent of the conduits entering or leaving the box.

3.05 ELECTRICAL BOXES INSTALLED IN ACOUSTIC CEILING TILES A. Electrical boxes installed in acoustic ceiling tiles shall be double deep boxes with single gang

extension rings supported as per the Supporting device section of these specifications. 3.06 ELECTRICAL BOXES INSTALLED ABOVE ACOUSTIC CEILING TILES A. Electrical boxes installed above acoustic ceiling tiles shall be lowered to be within 24” of the

acoustic tile.

END OF SECTION 260534

Page 225: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260850-1

SECTION 260850 – THIRD PARTY TESTING OF ELECTRICAL SYSTEMS

PART ONE - GENERAL:

1.01 SCOPE OF WORK:

A. Furnish all materials, labor, tools, safety and test equipment and all other items necessary to

provide a complete program of Electrical Services and Maintenance for the Owner’s Electrical

Distribution Systems, automatic transfer switches, lighting contactors, motor starters, motor

control centers, and variable speed drives. The program shall apply to all building electrical

power distribution equipment identified in the contract documents.

B. The 3rd

party electrical testing contractor shall make a site visit to familiarize himself/herself with

the buildings and respective electrical system components to be serviced under the Electrical

Services and Maintenance Program. This site visit must be coordinated with the Project

Superintendent.

C. The 3rd

party electrical testing contractor shall provide as part of his/her bid package a technical

proposal which shall include all items as indicated in the respective sections of this specification.

D. The 3rd

party electrical testing shall not absolve nor diminish the project’s electrical contractor

from any requirement for equipment performance or warrantee of work performed as outlined

elsewhere in these contract documents.

E. The 3rd

party electrical testing contractor shall be sub-contracted by the General Contractor, and

the cost of electrical testing required by this specification shall be included in the General

Contractor’s bid.

1.02 GENERAL ELECTRICAL REQUIREMENTS:

A. The 3rd

party electrical testing contractor shall possess, maintain and utilize a computerized

maintenance management system to allow for (1) scheduling of each service visit and each work

task to be performed on each visit for each component, (2) tracking of equipment information, (3)

trending of electrical measurements taken, (4) cataloging of digital images (standard and

infrared), (5) analyzing recorded equipment problems, and (6) visually show the relationship of

each component and its power source. The 3rd

party electrical testing contractor shall provide

computerized maintenance scheduling through its relational database application to assure that

the electrical equipment is properly inventoried, and that all scheduled tasks are performed.

1.10 COORDINATION WITH OTHER TRADES:

A. The 3rd

party electrical testing contractor shall be notified by the general contractor 30 days prior

to substantial completion in order to schedule electrical testing detailed in this specification.

B. The 3rd

party electrical testing contractor shall perform all of the testing required by this

specification after substantial completion and before occupancy by the owner. Where project

schedules do not allow for completion of the 3rd

party electrical testing before occupancy, 3rd

party electrical testing shall be scheduled with the owner.

Page 226: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260850-2

C. The project’s electrical contractor shall correct all deficiencies identified by the 3rd

party electrical

testing contractor.

PART TWO – TESTING SERVICES:

2.01 SUPPLIERS:

A. Approved suppliers of third party Electrical Testing shall be certified TEGG Service Contractors

in South Carolina or neighboring states.

2.02 TEST EQUIPMENT:

A. The 3rd

party electrical testing contractor shall provide for his/her use all required materials, tools,

equipment, etc. necessary to appropriately carry out all testing, infrared and ultrasonic surveying,

and preventive maintenance tasks and procedures outlined under this specification.

B. For infrared surveying, the 3rd

party electrical testing contractor shall utilize thermographic test

equipment which meets or exceeds the following specifications for either short wave or long

wave electromagnetic radiation:

1. Short Wave Electromagnetic Radiation

System Type: Focal plane array camera

Spectral Range: 3.6 to 5 Microns (Std.)

Detector: PtSi Nybrid Silicon FPA

Image Storage Capability: Image storage transferable to a color

computer. Imaging and printing capability of problem areas.

Ultra high resolution 320 by 244 focal plane array detector

(78,080 pixels) (FPA required-rotating polygons and scanning

mirrors unacceptable)

Single element temperature measurement

Full ratio metric 12-bit images (4,096 thermal levels)

2. Imaging and Measurement Capabilities For Long Wave Electromagnetic Radiation:

System: Focal plane array infrared camera

Spectral Range: 7.5 – 13 microns

Detector: Uncooled microbolometer

Temperature Measurement Accuracy: + 2% of range or 2º

C. For Ultrasound Inspecting, the 3rd

party electrical testing contractor shall utilize ultrasonic test

equipment which meets or exceeds ASTM E1002-93 requirements for leak detection and the

following specifications:

CIRCUITRY: Solid state heterodyne receiver with temperature

compensation.

FREQUENCY RESPONSE: Detect ultrasonic frequencies between 20 kHz and 100

kHz, continuously variable. Frequencies are converted

to 100 Hz to 3 kHz audio.

Page 227: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260850-3

Scanning Module: Patented TRISONIC plug-in type consisting of a phased

array of multiple transducers for airborne ultrasound.

This probe is shielded against RF interference.

Frequency tuning adjustment dial: Scale 20 – 100 kHz with “fixed band” position for ultra-

narrow frequency response.

Bi-Modal Meter Switch: For logarithmic and linear meter scale adjustments.

Auxiliary Mode: Selection for chart recorder output: 0 – 50 mV, Precision

10 turn adjustment dial with numerically calibrated

sensitivity increments for finite gain adjustment.

PART THREE - EXECUTION:

3.01 3RD

PARTY ELECTRICAL TESTING CONTRACTOR QUALIFICATIONS:

A. The 3rd

party electrical testing contractor shall have fully-trained and certified personnel capable

of providing engineering, supervision, system evaluation and the appropriate troubleshooting

services to the Owner. The 3rd

party electrical testing contractor shall perform all work in

compliance with International Electrical Testing Association (NETA) standards, the National

Electrical Code, and the National Fire Protection Association standards.

B. The 3rd

party electrical testing contractor shall provide professionally trained technical service

personnel to perform and complete all services specified for this Electrical Services and

Maintenance Program. Service personnel shall be skilled electrical journeymen wiremen with IR

certification, and shall have individual experience with electrical systems analysis, testing

procedures and preventive maintenance services. Service personnel shall be trained in OSHA

requirements for working on or near energized and/or de-energized electrical equipment.

3.02 ENERGIZED TESTING AND INSPECTION:

A. The 3rd

party electrical testing contractor shall provide the safety equipment, service instruments,

and labor to conduct, interpret, and document the results of the applicable comprehensive

diagnostic services and inspections that can be safely performed on the covered electrical

component(s) and/or connection(s). These services shall be performed annually, at a minimum,

and while the Owner’s electrical distribution system is energized. The following testing and

inspection services, as appropriate, shall be conducted:

1. True RMS Voltage and Current Testing: Capture and record the square root of the average

square of the instantaneous magnitude of the voltage and current. This service is used to

determine if the correct voltage and current is present to properly operate the Owner’s

equipment and optimize its life cycle.

2. Infrared Thermographic Imaging Service: Measure and record to identify temperatures that

exceed NFPA Standard 70B recommendations, i.e., high resistance electrical connections,

current overload, defective circuit breakers and/or defective insulator conditions. This

service is used to reduce the risk of brown-outs and black-outs, as well as safety and fire

hazards.

3. Ultrasonic Testing: Measure and record sound waves and/or vibrations that are above audible

sound (16-18 KHZ). This service is used to complement the thermographic imaging service

Page 228: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260850-4

and determine if corona discharge, tracking, arcing and vibration are present, and to assure

the quality and integrity of the Owner’s electrical system.

4. Visual and Mechanical Inspections: Interior and exterior of all components will be inspected

to ascertain, and if necessary, make certain adjustments to ensure that its performance

remains within specified limits. The 3rd party electrical testing contractor will also identify

corrosion, rust and discoloration, leaks, safety hazards, applicable electric code violations,

grounding, physical damage and the general condition of components.

5. Phase-Balance Measurements: Assure that the phases in the Owner’s electrical system are

balanced. This service is used to address unbalanced components that increase power-quality

problems, total harmonic distortion as well as increased temperature rise of devices and

current-carrying conductors.

3.03 DE-ENERGIZED TESTING AND INSPECTION:

A. The 3rd

party electrical testing contractor will provide the safety equipment, service instruments

and labor to conduct, interpret, and document the results of the applicable comprehensive

diagnostic services and inspections that can be safely performed on the covered electrical

component(s) and/or connection(s). These services shall be performed at a mutually agreed

schedule, while the Owner’s electrical distribution system and/or electrical component(s) is de-

energized and include, as appropriate, the following:

1. Insulation Resistance: Measure and record the resistance of insulation under specified

conditions set forth by applicable standards such as NFPA Standard 70B. This service is

designed to assure that the Owner’s electrical system and components’ insulation values are

at an acceptable level, reducing the risk of explosions, fires and catastrophic breakdowns.

2. Winding Resistance Service: Measure, record and compare the winding resistance of

components. This service will assure that components are operating to applicable

specifications, extending useful life, and reducing the risk of catastrophic failure.

3. Contact Resistance Service: Measure and record the resistance between contact surfaces.

This service addresses poor contact surfaces that would cause increased voltage drop,

increased heat and reduced life expectancy, causing brown-outs, black-outs, explosions, fires

and catastrophic failures.

4. Circuit Breaker Testing (Low Voltage): Measure, test, record and document findings

regarding all applicable low voltage circuit breakers. The proper testing and inspection of the

Owner’s circuit breakers will reduce the risk of business interruption, fire and catastrophic

failure.

5. Ground Resistance Testing: Measure and record the resistance of conductors, connections

and devices. This service will reduce the risk of power quality, harmonic and safety issues.

6. Transformer Service: Measure, record and monitor all appropriate services and inspection to

applicable standards such as NFPA Standard 70B. This service and inspection is performed

to reduce the risk of transformer failure, which could result in fire, and/or catastrophic failure.

Page 229: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260850-5

7. Motor Service: Measure, record and monitor all appropriate services and inspection to

applicable standards such as NFPA Standard 70B. This service and inspection is performed

to monitor and trend the motor and to reduce the risk of failure.

8. Visual and Mechanical Inspection: Interior and exterior of all components will be inspected

to ascertain and, if necessary, make certain adjustments to ensure that its performance

remains within specified limits. The 3rd party electrical testing contractor will also identify

corrosion, rust and discoloration, leaks, safety hazards, applicable electric code violations,

grounding, physical damage and the general condition of components.

3.04 PREDICTIVE AND PROACTIVE SERVICE:

A. The 3rd

party electrical testing contractor shall provide the safety equipment, service instruments,

and labor to perform the predictive and proactive services tasks that can be safely performed, as

appropriate, in either an energized or de-energized state. These predictive and proactive service

tasks shall be performed on the covered electrical component(s) and/or connection(s). The

following tasks, as appropriate, shall be conducted:

1. Compare equipment nameplate data with drawings and specifications.

2. Inspect physical, electrical, and mechanical condition.

3. Measure the torque of all connections and terminations to applicable specifications.

4. Verify appropriate anchorage, required area clearances, and inspect for physical damage.

D. Exercise all active components (when applicable).

E. Inspect all mechanical indicating devices for correct operation and indication.

3.05 ELECTRICAL SYSTEMS ANALYSIS:

A. Any immediate safety or hazard concern that is identified during any visit shall be shared with the

Owner’s authorized representative while on-site.

B. At the completion of each visit, the 3rd

party electrical testing contractor shall compile the results

of all inspections, measurements, surveys and predictive and proactive service activities. The 3rd

party electrical testing contractor shall then analyze these results to ascertain the condition of the

electrical devices and/or components. The initial analysis shall be documented in the form of an

Electrical Systems Analysis Report, made available in hard copy and electronic interactive format

that both the Owner and 3rd

party electrical testing contractor can easily update, and shall be

presented to the Owner’s authorized representative(s).

3.06 REPORTING:

A. The 3rd party electrical testing contractor shall furnish each of the following reports for review by

the Owner and general contractor.

1. A report shall include each component identified in the Inventory of Equipment Schedule.

As a minimum, the report shall include the following information: Component, purpose, size,

type, quantity, manufacturer, electrical ratings, location, inspection/tests performed,

inspection/test results, deficiencies found, probable cause(s), photographs, and infrared

images.

Page 230: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

260850-6

2. An Infrared and Ultrasonic Survey Exception Report shall be provided for all identified

concerns or potential failures. As a minimum, the Infrared Survey Exception Report shall

consist of a color graphic report of abnormal temperature readings identified by the infrared

survey, and detail ambient, caution, and warning conditions.

3. An Electrical Systems Analysis Report shall be provided for all identified concerns or

problems. As a minimum, the Electrical Systems Analysis Report shall include for each

identified concern or problem a detailed description of the situation, a color photograph of the

deficiency, an explanation as to the cause, the result, the consequences if not corrected, the

recommended course of action to be taken, and a list of the required action steps that would

properly rectify the situation.

END OF SECTION 260850

Page 231: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262416-1

SECTION 262416 - PANELBOARDS

PART ONE - GENERAL:

1.01. Description of Work

A. Where shown on the plans, indicated in the riser diagram, or listed in the panelboard schedule, furnish and install power, distribution, and lighting panels of the size and type indicated.

1.02. Submittal Requirements

A. Where indicated on the plans, manufacture shall furnish a selective coordination report with the product submittal. This report shall include all of the time current curves for all of the overcurrent devices in the indicated system.

1.03. Basis of Design

A. The overcurrent protection system basis of design is GE. Any changes necessary to achieve selective coordination of other approved manufacturer’s equipment shall be the sole responsibility of the electrical contractor.

PART TWO - PRODUCTS:

2.01. Manufacturers

A. Panelboards shall be manufactured by General Electric, Square D, Siemens, Cutler Hammer, or prior approved equal.

2.02. Materials and Components

A. Distribution and power panelboards shall be of the dead-front safety type, equipped with thermal-magnetic circuit-breaker branches of sizes and types noted on the Drawings or indicated in the panelboard schedule. Breakers shall provide instantaneous trip on short circuits and time-delay trip on overloads. Main busbars shall be equipped with solderless lugs and all spaces shall be bussed. Panelboard assembly shall be enclosed in a code - gauge steel cabinet with ample wiring gutters on top, sides, and bottom. Cabinet doors shall be equipped with spring latches with locks and shall be keyed alike.

B. Lighting panelboards shall be of the circuit breaker type of sizes listed in the panelboard schedule or noted on the Drawings. The panels shall have mains only with solderless lugs on the main busbars. Branches shall have circuit breakers of the sizes indicated on the panel schedule. Cabinets shall be of the code - gauge steel with ample wiring gutters for all wires and connections. Doors shall be the single type with spring latches with locks and all keyed alike.

C. Unless otherwise indicated on the drawings, all panelboards shall have a fully rated symmetrical short circuit fault current rating of at least 22,000 amperes. Series rated panels are not acceptable.

D. All panelboards shall have bolt on breakers. Plug in breakers are not acceptable.

E. Circuit breakers shall be 20 amp, 1 pole unless indicated otherwise.

Page 232: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262416-2

F. Panels shall be 17" minimum width.

G. Surface Mounted panels which are noted elsewhere in these contract documents to have TVSS/SPD protection shall have TVSS/SPD units mounted adjacent to the panels. See the details and other specifications for more details.

H. Flush mounted panels which are noted elsewhere in these contract documents to have TVSS/SPD protection shall have integral units with Performance characteristics as close as possible to the external units. Integral TVSS/SPD units shall be furnished by the panelboard manufacturer.

PART THREE - EXECUTION:

3.01. Installation

A. From each flush mounted panelboard, stub a minimum of five one inch empty conduits into area above ceiling.

B. Install in each panelboard a plastic-covered typewritten circuit directory in metal frame. Indicate name, address and service telephone number of installer. Directory shall list the load served and the location of the load for each breaker. Directory shall indicate the final room numbers designated by the owner and not necessary those shown by the architect on the floor plans.

C. All multiwire branch circuits shall have a handle tie supplied by the panel board manufacture installed to simultaneously open all ungrounded conductors. The electrical contractor may substitute multi pole breakers for this purpose at his discretion. All conductors that comprise the multiwire branch circuit shall be bundled and tye-wrapped together at the point where they enter the panel.

D. Electrical contractor shall furnish and install leak protection pans under all non-electrical system piping which passes over electrical panels and pitch pan to drain away from electrical equipment.

E. The electrical contractor shall apply warning label which states “Warning arc flash hazard appropriate PPE required”. The warning label design shall comply with ANSI Z535.4

F. Except where existing panels are being replaced, conductors shall not be spliced within a panel or pass through a panel. Conductors shall be neatly routed within the panel and excess wiring shall be removed.

3.02 NAMEPLATES:

A. On all panelboards, provide engraved phenolic plastic nameplates. Unless otherwise noted, nameplates to be 1/16" thick plastic with 1/4" high white letters on black background. Hand lettering, typing under tape, embossed letters on plastic, etc., will not be acceptable.

B. Attach nameplates with two rivets.

Page 233: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262416-3

C. Label shall indicate, panel name, suppling panel or transformer, voltage and phasing similar to:

PANEL PA1 120/208 VOLTS / 3 PHASE SUPPLIED FROM 45 KVA

TRANSFORMER T1

END OF SECTION 262416

Page 234: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 235: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262701-1

SECTION 262701 – SERVICE AND METERING

PART ONE - GENERAL:

1.01 SCOPE OF WORK:

A. Provide a service entrance of type, size, and length shown on the Drawings.

B. Provide temporary power services to facilitate construction operations.

PART TWO – PRODUCTS:

2.01 MANUFACTURERS:

A. Secondary Termination Cabinets (where shown on plans).

1. Maysteel

2. Easter Owens and Associates Inc.

3. Hubble / Trinetics

4. Others by prior approval.

2.02 MATERIALS AND COMPONENTS:

A. Secondary Termination Cabinets (where shown on plans).

1. The contractor shall furnish and install a Lockable Nema 3R, utility type, pad mounted

secondary termination cabinet. Electrical characteristics shall be as shown on the drawings.

2. Two enclosures shall be bussed together if necessary to accommodate number of conductors

shown on the drawings.

PART THREE - EXECUTION:

3.01 INSTALLATION:

A. General

1. The electrical contractor shall coordinate with the power company and comply with special

conditions of service; including any primary conduits, secondary lugs, costs for primary

service to pad mounted transformer and concrete pad, if necessary.

2. Protect all service entrance conductors against physical damage by installation in rigid

metallic conduit, the conduit to terminate at the main distribution panel.

3. The contractor shall Install and maintain permanent property corners prior to the start of work

by the Utility Company.

Page 236: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262701-2

4. The contractor shall initiate stabilization measures as required both before and after

installation of underground lines and include this activity in sequencing of construction

activities in the Storm Water Pollution Prevention Plan. contractor will be responsible for

temporary stabilization, if necessary, once final grade is established and prior to Utility

Company trenching activities. Do not initiate final stabilization on easement prior to Utility

Company installing underground lines. Any inlet protection will be responsibility of the

contractor.

5. The contractor shall establish final grade and tamp any required filling or grading before the

start of any underground distribution construction. Costs incurred due to changes in earth

grades after the start of construction will be borne by the contractor.

6. The contractor shall Furnish and install all necessary conduits, pull wire, pull boxes, bends,

including necessary trenching and back filling, in accordance with Utility Company drawings

and specifications, from the transformer location to the source. This shall include galvanized

bends, transformer entrance conduit and the first section of galvanized conduit up the pole

(which must be grounded to meet National Electric Code requirements). Installation by the

contractor shall comply with Utility Company Drawings and be subject to Utility Company

acceptance.

7. The contractor shall furnish, install, own, and maintain the meter base for services as

determined by the Utility Company. The contractor shall consult the Utility company to

confirm proper equipment needed for each situation.

8. The contractor shall keep the transformer and primary cable unencumbered and accessible for

maintenance and provide suitable vehicular barriers where required per Utility Company.

9. The contractor shall notify Palmetto Utility Protection Service (811) for marking of

underground facilities prior to digging. Hand dig foreign utility trenches in areas crossing

electrical cables already in place to eliminate contact with electrical cables.

10. The contractor shall furnish and install secondary conduit and conductors, including

connectors for connection at service point. The contractor shall consult the Utility company

to confirm which connectors are required.

11. The contractor shall take service at the service point identified by the Utility Company.

Secondary service cables shall comply with the National Electrical Code, as a minimum

when installed. Secondary cables carrying metered energy shall be installed in separate

conduit or raceways from all other cables or wires.

13. The contractor will be fully responsible for compliance with any tree or buffer ordinances

affecting the utility company easements. Any funding or tree replacement will be the

responsibility of the contractor. Buffer requirements are in addition to and separate from the

utility company easements. The contractor shall be fully aware of all appropriate ordinances

that can affect SCE&G's right of way and should take this into account when assigning the

easement.

14. The contractor shall be fully responsible, as required by local ordinances, to establish and

maintain tree barricades around all trees required to be preserved. Any required barricades

shall be in place prior to the utility company beginning design or installation of underground

facilities. The standard method of construction will be by an open-trench (trencher or back

Page 237: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262701-3

hoe). Any encroachments in barricaded areas will require directional bores to protect trees

and shall be considered as non-standard service to the contractor and at the contractor’s

expense. The contractor shall be solely responsible and liable for any tree damages incurred

during the installation of underground electric facilities that are caused by the contractor’s

failure to properly barricade any significant trees, as prescribed by local ordinances.

15. The contractor will be responsible for coordination of the approval of governmental agencies

required for the development (i.e.; buffer zones, wetlands, storm water permitting, zoning,

etc.)

16. The contractor shall determine the locations and elevations of all foreign utilities and

obstructions in areas of conflict with primary and secondary cables and transformer pads. The

location of all crossing facilities shall be clearly marked by the contractor.

17. The contractor is responsible for making rights-of-way (including easements) available to the

Utility Company and for all stabilization requirements, sediment and erosion control

measures, and clean up of debris from right-of-way clearing operations to include but not

limited to limbs, trees and stumps. Obstructions to the performance of Utility Company work

such as construction materials and equipment shall have been cleared away by the contractor

prior to the start of Utility Company construction.

18. The contractor is responsible for trench excavation and backfill. It is the contractor’s

responsibility to ensure compliance with OSHA and other Federal, State and local

requirements while doing this work. Backfill shall be dirt, sand, or soil excavated from the

trench, or other suitable soils, free from rock, organic materials, construction materials or

other debris.

19. The contractor shall furnish and install 1/2" empty conduit from the building’s telecom

backboard or cable tray to the utility company’s meter for future communications cable.

20. At direction of utility company, the contractor shall furnish and install CT cabinet mounted

adjacent to the meter in the location shown on the drawings.

21. Underground conduits shall be routed so as to maintain clearance requirements from other

underground services as per the utility company.

22. Bends in primary and secondary service conduits shall have a minimum radius of 36”.

B. Underground Service

1. Pole Mounted Transformers

a. The contractor shall furnish and install up to 30’ of rigid metallic conduit with weather

head at pole as directed by utility company.

b. The contractor shall furnish and install an extra 25’ of secondary conductor at weather

head as directed by utility. Leave coiled and secured to weather head.

c. At direction of utility company, contractor shall furnish and install hand hole at base of

the utility service pole.

Page 238: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262701-4

2. Pad mounted Transformers

a. The contractor shall furnish, install, own and maintain the concrete transformer pad and

vehicular protection bollards, if shown in the drawings.

b. Pad location is to be coordinated with utility company representative before forming or

pouring concrete.

c. Pad foundation must support the weight of the transformer. If soil conditions will not

support the weight of the transformer, the area of the pad must be increased or piling

installed.

d. Steel reinforcing rebar must be intermediate grade billet steel with 40,000 psi minimum

yield strength.

e. Concrete for pad shall confirm to class A structural concrete and shall have a 28 day

strength of 4000 psi, contain no more than 6% entrained air, and have no larger than 1”

aggregate mixture. Limestone aggregate is not acceptable.

f. Conduits must be extended above surface of top of concrete pad to be between one and 6

inches above the pad.

g. All metal conduits shall have bonding bushings and be bonded to ground rods and system

neutral installed be utility company.

h. Primary conduit shall be furnished and installed by the contractor and shall galvanized

rigid metallic conduit and be a minimum of 36” BFG with.

END OF SECTION 262701

Page 239: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262726-1

SECTION 262726 - WALL SWITCHES

PART ONE - GENERAL: 1.01 SWITCHES: A. Furnish and install ivory switches for lighting as shown on the Drawings. B. Switches shall operate quietly in any position. Mechanisms shall be the mechanical type,

containing no fluids, and shall be suitable of control of both incandescent and fluorescent lighting loads, as well as motor and appliance loads up to 85% of rated switch capacity. Terminals shall be screw type with terminals arranged for back or side wiring; rating to be 20 amp.

1.02 PLATES: A. Plates for switches shall be the same manufacturer as switch and shall be oversized stainless

steel, unless indicated otherwise on the Drawings. Gang plates where two or more devices occur at the same location.

PART TWO - PRODUCTS: 2.01 Switches shall be Hubbell/Bryant, Cooper/Eagle, P & S, or approved equal. PART THREE - EXECUTION: 3.01 Verify locations in relation to door swings, and place devices on the strike side.

END OF SECTION 262726

Page 240: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 241: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262727-1

SECTION 262727 - RECEPTACLES

PART ONE - GENERAL:

1.01 RECEPTACLES:

A. Furnish and install ivory receptacles for power as shown on Drawings.

B. Duplex receptacles shall be grounding type, rated 15 or 20 amp, as indicated, 125V, have screw

type terminals arranged for back and/or side wiring, and shall be equipped with break-off or

equivalent means for split wiring.

C. Receptacles shall be by the same manufacturer as the switches.

1.02 PLATES, AND COVERS:

A. Cover plates for standard receptacles shall all be by the same manufacturer as receptacle, and shall

be oversize stainless steel, unless indicated otherwise on Drawings.

B. Cover plates for receptacles with locking covers shall be equal to P&S #460026P.

C. Cover plates for weather proof receptacles (subnote “WP” on drawings) shall be metallic and equal

to P&S #4511 or Cooper/Eagle #S1966.

D. Cover plates for while in use receptacles (subnote “WIU” on drawings) shall be metallic, extra

duty, while in use equal to Intermatic #WP1010MXD, P &S #WIUCAST1, or Cooper/Eagle

#WIUMH-1.

PART TWO - PRODUCTS:

2.01 RECEPTACLES:

A. 15 amp receptacles shall only be used if shown on the plans. Consult the symbol schedule to

determine if 15 amp receptacles are allowed.

B. GFCI Receptacles shall include indicator light that is lighted when device is tripped. They shall

Conducts an automatic test every three seconds, ensuring ground fault protection. If protection is

lost, power to the unit is disconnected and indicator light flashes indicating that the unit should be

replaced.

C. Outdoor receptacles shall be 20 Amp, GFCI protected, tamper resistant, and weather resistant.

D. Controlled receptacles shall have a marking which is permanently printed, molded, or stamped on

the face of the receptacle and in compliance with Controlled Receptacle Marking requirements

stated in Article 406.3(E) of the National Electrical Code.

E. Receptacles shall be selected from the make and models listed in the chart below. Other makes or

models shall be substituted only by prior approval obtained per the substitution policies outlined

elsewhere in these specifications.

Page 242: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262727-2

CHARACTERISTICS HUBBLE/ COOPER/ P&S/ LEVITON

15A 20A TR IG HG USB GFI WR RC BRYANT EAGLE LEGRAND

X 5252 5252 5262

X 5352 5352 5362 5352

X X CBRS15XXTR TR5262 TR5262

X X CBRS20XXTR TR5362 TR5362

X X BRY5262IG IG5262 IG5262

X X BRY5362IG IG5362 IG5362 5362-IG

X X X IG5352TR AHTR165362

X X HBL8300H TRVGFH20 PS8300H 8300

X X X BRY8200XXTR TR8200 TR62H

X X X BRY8300XXTR TR8300 TR63H 8300-SGG

X X USB20X2 TR776 TR5362USB 5832

X X X USB20X2 TR7756 TR5362USB 5832

X X X X GFTWRST20 TWRSGF20 2095TRWR

X X GFRST20 SGF20 2097

X X X GFRST83 SGFH20 2097HG

X X X X GFTRST83 TRSGFH20 2097HGTR

X X X GFTRST20 TRSGF20 2097TR

X X BR20C1 26352CD

X X X TR26362CD

NOTES:

TR TAMPER RESISTANT

IG ISOLATED GROUND

HG HOSPITAL GRADE

USB USB CHARGING

GFI GROUND FAULT INTERRRUPTING

WR WEATHER RESISTANT

RC CONTROLLED (per NEC 406.3)

PART THREE – INSTALLATION:

3.01 IDENTIFICATION:

A. The panel and circuit number(s) supplying each receptacle shall be indicated with permanent

markings on the inside of each receptacle cover plate.

3.02. DEVICES:

A. Connect devices to branch circuits using pigtails that are not less than 6 inches in length.

Page 243: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262727-3

B. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor

tightly clockwise, 2/3 to 3/4 of the way around terminal screw.

C. Use a torque screwdriver when a torque is recommended or required by the manufacturer.

D. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12

AWG pigtails for device connections.

E. Tighten unused terminal screws on the device.

F. When mounting into metal boxes, remove the fiber or plastic washers used to hold device

mounting screws in yokes, allowing metal-to-metal contact.

3.03. ORIENTATION:

A. Receptacles shall be installed with the ground pin in the “up” position.

3.04. MOUNTING:

A. Receptacles shall be installed flush and level with the wall surface. Oversize gaps which are

visible around the exterior of the cover plate shall be sealed and painted to match adjacent

surfaces.

END OF SECTION 262727

Page 244: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 245: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262813-1

SECTION 262813 - FUSES

PART ONE - GENERAL:

1.01 MATERIALS AND COMPONENTS:

A. Fuses shall be listed and meet UL and/or NEMA Standards for Class K5, J, L, and RKI fuses,

or as indicated on the drawings.

B. Where fuses are required elsewhere in the specifications or on the drawings for individual

motor circuit protection, for motor control centers, and for motor starters, these fuses shall be

class K5 fuses unless otherwise indicated. Class K5 fuses shall be dual element cartridge

design with high interrupting capacity, current limiting effect, 200,000 ampere RMS

symmetrical at rated voltage minimum, and a minimum time delay of ten (10) seconds at five

hundred percent (500%) load.

C. Class J and L fuses shall be provided as indicated on the Drawings for protection of non-motor

loads.

D. Fuse voltage rating shall be 250 volts for 120/208 volt system and 480 or 600 volts for 277/480

volt system.

1.02 SPARE FUSE CABINET

A. All spare fuses shall be stored in their original cartons in a spare fuse cabinet furnished and

installed by the electrical contractor. The cabinet shall be steel, surface mounted, with a hinged

door, phenolic “Spare Fuse” label, flush lock, finished with gray baked enamel, and sized as

required to house all spare fuses. A directory listing type and location of each fuse shall be

mounted on the inside of the door. Spare fuse cabinet shall be similar to BUSSMAN Cat. No.

SFC.

B, The spare fuse cabinet shall be wall mounted within sight of the main service panel or

switchboard.

PART TWO - PRODUCTS:

2.01 FUSES:

A. Fuses shall be as manufactured by BUSSMAN or GOULD SHAWMUT.

B. Fuses over 600 amps up to 6,000 amps shall be UL Class ‘L’ time-delay fuses equal to

BUSSMAN “HI-CAP” KRP-C. The fuses shall hold five hundred percent (500%) of rated

current for a minimum of four (4) seconds and clear twenty (20) times rated current in 0.01

seconds or less.

C. Fuses up to 600 amps used for service entrance equipment shall be UL Class RKI dual-element

fuses equal to BUSSMAN “LOW-PEAK” LPN-RK for 250 volts or LPS-RK for 600 volts.

Page 246: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262813-2

The fuses shall hold five hundred percent (500%) of rated current for a minimum of ten (10)

seconds.

D. Fuses protecting other than service entrance equipment rated over 100 amps up to 600 amps

shall be UL Class K5 dual-element fuses equal to BUSSMAN “FUSETRON” FRN-R for 250

volts or FRS-R for 600 volts unless otherwise noted on the Drawings.

E. Fuses 100 amps and under shall be UL Class K5 dual-element fuses equal to

BUSSMAN “FUSETRON” FRN-R for 250 volts or FREER for 600 volts unless otherwise

noted on the Drawings.

PART THREE - EXECUTION:

3.01 FUSES;

A. The electrical contractor shall furnish and install fuses for all switches, switchboards,

distribution panel, or any other electrical equipment furnished under this division of these

specifications requiring fuses.

B. The electrical contractor shall furnish one additional set of each type and rating of fuse as spare

as well as any required puller or installation devices. These shall be installed in the original

boxes in the spare fuse cabinet.

C. The electrical contractor shall provide a chart listing fuse ampacity, type and manufacturer’s

part number installed in each disconnect. A copy shall of this chart shall be collected into a

binder and submitted to the owner as part of the operations and maintenance (O & M)

documentation.

END OF SECTION 262813

Page 247: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

262816-1

SECTION 262816 - MOTOR AND CIRCUIT DISCONNECTS

PART ONE - GENERAL:

1.01 Furnish and install heavy-duty disconnect switches at locations shown on Drawings, and in

accordance with NEC requirements. Operating mechanisms shall be the quick-make, quick-break

type, with arc-suppressing characteristics. Enclosures shall be NEMA Type 1 indoors and NEMA

Type 3R in outdoor and wet locations; equipped with cover interlock and provisions for

padlocking operating handle in "ON" and "OFF" position.

1.02 Fuses shall be Gould Shawmut or Bussmann. Spare fuse cabinet shall be wall mounted with

shelves suitable size to store spare fuses and fuse pullers specified. One additional set of each

type/rating of fuse shall be included as spare.

PART TWO - PRODUCTS:

2.01 Safety switches shall be by the same manufacturer as panelboards.

PART THREE – EXECUTION

3.02 NAMEPLATES:

A. On all disconnects, provide engraved phenolic plastic nameplates. Unless otherwise

noted, nameplates to be 1/16" thick plastic with 1/4" high white letters on black background. Hand lettering, typing under tape, embossed letters on plastic, etc., will not be acceptable.

B. Attach nameplates with two rivets. C. Label shall indicate, load served, suppling panel and breaker, voltage and phasing similar

to: AHU #1A

120/208 VOLTS / 3 PHASE SUPPLIED FROM

PANEL PA1 CIRCUIT 32

END OF SECTION 262816

Page 248: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 249: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

264313-1

SECTION 264313 – EXTERNAL SURGE PROTECTION DEVICES PART ONE - GENERAL: 1.1 DESCRIPTION

These specifications describe the electrical, mechanical, and installation requirements for a high-energy Surge Protective Devices (SPDs), formerly TVSS, for the protection of AC electrical circuits. The specified system shall provide effective high-energy surge current diversion, sine wave tracking for electrical line noise filtering and be suitable for application in ANSI/IEEE C62.41 Category B environments, as tested by ANSI/IEEE C62.11, C62.45 and MIL-STD-220A. The system shall be connected in parallel with the protected system; no series connected elements shall be used which limit load current or kVA capability.

1.2 STANDARDS - Most Recent Editions of: A. Underwriters Laboratories; UL 1449 3rd Edition 2009 Revision (effective 9/29/2007) B. Underwriters Laboratories; UL 1283 (complimentary listing for Type 2) C. ANSI/IEEE C62.11, C62.41, C62.45 D. National Electrical Code: Article 285 E. National Fire Protection Association (NFPA 20, 70, 75 and 780) F. ISO 9001 for manufacturing, design and service. 1.3 LISTING REQUIREMENTS

The individual SPD / TVSS units shall be UL listed under UL 1449 Third Edition 2009 certification to ensure comparable test evaluations and accessibility of UL’s website to verify spec compliance.

A. SPD / TVSS shall bear the UL Mark and shall be Listed to the 2009 revision of the 3rd

edition of UL 1449 and the most recent UL 1283. “Manufactured in accordance with” is not equivalent to UL listing and does not meet the intent of this specification. The surge ratings shall be permanently affixed to the SPD / TVSS. The unit shall also be complementary listed to UL 1283 Standard for EMI/RFI Facility Filters.

B. SPD / TVSS and performance parameters shall be posted at www.UL.com under

Category Code: VZCA. Products or parameters without posting at UL.com shall not be approved.

1.4 SUBMITTAL REQUIREMENTS

These specifications are based on the products as manufactured by those listed in section 2.5 below. All other manufacturers shall submit for 10 day prior-approval, and provide detailed compliance or exception statements to all provisions of this specification to allow consideration. Additionally, manufacturers shall submit the following documentation. Failure to do so will result in product disapproval.

A. Submittals shall include UL 1449 Listing documentation which indicates:

1. Short Circuit Current Rating (SCCR) 2. Voltage Protection Ratings (VPRs) for all modes 3. Maximum Continuous Operating Voltage rating (MCOV) 4. I-nominal rating (I-n)

Page 250: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

264313-2

5. Device Type Listing B. Submittals shall include shop drawings including manufacturer installation instruction

manual and line drawings detailing dimensions and weight of enclosure, internal wiring diagram illustrating all modes of protection in each type of SPD / TVSS required, wiring diagram showing all field connections and manufacturer’s recommended wire and breaker sizes.

C. Upon request, an un-encapsulated but complete SPD / TVSS shall be presented for visual

inspection; proprietary technology included. MOV type & quantity shall reflect kA ratings on cutsheets, verification of diagnostic monitoring, thermal & overcurrent protection, etc.

1.5 QUALITY ASSURANCE

The manufacturer shall be ISO 9001 certified. The specified interconnect assembly shall be designed and manufactured in the USA by a qualified manufacturer of SPD / TVSS products and line conditioning equipment. The manufacturer shall have been engaged in the design and manufacture of such products for a minimum of 10 years.

1.6 ENVIRONMENTAL REQUIREMENTS

Storage Temperature: -55 to +85°C (-67 to +185°F) Operating Temperature: -40 to +60°C (-40 to 140°F) Relative Humidity: 0% to 95% Audible Noise: less than 45dB at 5 feet (1.5m) Operating Altitude: 0 to 18,000 feet above sea level

The unit shall not generate any appreciable magnetic fields and shall be suitable for use directly inside computer rooms.

1.7 SYSTEM DESIGN

The SPD/Filter shall be constructed using multiple surge current diversion arrays of metal oxide varistors (MOV), matched to a variance of ±1 volt. The array shall consist of multiple gapless metal oxide varistors, with each MOV individually fused. The arrays shall be designed and constructed in a manner that ensures MOV surge current sharing. No gas tubes, or selenium plates/rectifiers shall be used. Designs which use only silicon avalanche diodes are not acceptable. The status of each array shall be continuously monitored and a green LED shall be illuminated if the array is in full working order. All protection modes, including N-G, shall be monitored and internally fused for compliance with NEC article 110.9, 110.10 and 280.22.

1.8 ELECTRICAL REQUIREMENTS

The Nominal System Operating Voltage, configuration, phase, number of wires shall match the associated panelboards to which the SPD / TVSS is connected.

1.9 MAXIMUM CONTINUOUS OPERATING VOLTAGE (MCOV)

The SPD / TVSS and all components in the suppression path (including all current diversion components) maximum continuous operating voltage (MCOV) shall be greater than 115% of the nominal system operating voltage to ensure the ability of the system to withstand temporary RMS

Page 251: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

264313-3

over-voltage (swell conditions). 1.10 OPERATING FREQUENCY The operating frequency range of the system shall be 47 - 63 Hz. 1.11 LIFE CYCLE TESTING

The SPD shall be duty life cycle tested to withstand 6000 10kA (8x20 s), 20kV (1.2x50µs) (IEEE C62.41 Category C) surges with less than 5% degradation of clamping voltage.

1.12 OVERCURRENT PROTECTION

Fusing: All suppression components shall be individually fused and rated to allow maximum specified surge current capacity. Devices that utilize a single fuse to protect two or more suppression paths are not excepted. Individual surge components shall be sand packed and shall be UL listed to be capable of interrupting up to 100 kA symmetrical fault current with 480 VAC applied. Replaceable fusing is unacceptable. Overcurrent protection that limits specified surge currents is not acceptable.

1.13 PERFORMANCE RATINGS

Surge Current Capacity: The SPD / TVSS surge current capacity, based on an 8 x 20 microsecond waveform, shall be at least 130kA Surge Rating per Phase and 65kA Surge Rating per mode. If the surge rating is listed on the panel schedules, these shall be provided in lieu of the sure current ratings listed in this section.

1.14 UL 1449 RATINGS A. The maximum UL 1449 listed surge ratings for each and/or all of the specified protection

modes shall not exceed the following:

System Voltage

UL 1449 3rd Edition VPR

L-N N-G L-G L-L 120/240 700 600 700 1000 120/208 700 600 700 1000

240 N/A N/A 1000 1000 277/480 1200 1200 1200 2000

480 N/A N/A 1800 2000 346/600 1500 1500 1500 2500

B. The UL 1449 Nominal Discharge Current Rating shall be a minimum of 20kA.

1.15 NOISE ATTENUATION

The filter shall provide an attenuation of 50 db max from 10 kHz to 100MHz, per 50 Ohm Insertion Loss Methodology from MIL 220A. The system shall provide up to 120-dB 60 insertion loss from 100 kHz to 100 MHz when used in a coordinated facility system.

1.16 RESPONSE TIME

The typical response time of all suppression components shall be 1 nanoseconds. 1.17 PROTECTION MODES:

Page 252: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

264313-4

The SPD shall provide protection as follows: All modes, L-N or L-L, L-G and N-G (where applicable). Note: L = Line, G = Ground, N = Neutral

PART TWO - PRODUCTS: 2.1 ENCLOSURE FOR EXTERNAL SPD’S

The unit case shall be an enclosure rated UL94-5V, the best rating for resistance to flammability available. Further, the enclosure shall be designed and tested to NEMA 4 standards.

2.2 CONNECTIONS FOR EXTERNAL SPD’S

The unit shall be designed to be installed using the flexible conduit provided by the SPD / TVSS manufacturer.

2.3 STANDARD FEATURES A. Unit Status Indicators - The unit shall have an integral status circuit that monitors the

operational status of all modes of protection, including Line to Neutral, Line to Ground and Neutral to Ground. No manual testing is required to confirm the integrity of the suppression and filter systems. If the unit does fail, the green LED will go out and the red LED will be lit.

B. Audible Alarm - Unit shall be equipped with an audible alarm that is activated during a fault condition. In conjunction with the alarm, an alarm enable/disable feature shall be provided to silence the alarm.

2.5 MANUFACTURERS:

Subject to compliance, the following manufacturers are acceptable: 1. Innovative Technology 2. Datek 3. Liebert (Emerson) 4. Eaton 5. Square D 6. GE

Page 253: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

264313-5

PART THREE - EXECUTION: 3.1 INSTALLATION:

A. The installing contractor shall connect the SPD / TVSS in parallel to the power source. The contractor shall follow the SPD / TVSS manufacturer’s recommended installation practices and comply with all applicable codes.

B. At distribution, MCC and branch panelboards, SPD / TVSS shall have an independent

means of servicing disconnect such that the protected panel remains energized. A 30A breaker shall serve this function.

C. SPD / TVSS shall be installed on the load side of the main service disconnect.

D. Before energizing, installer shall verify service and separately derived system Neutral to Ground bonding jumpers per NEC.

E. All parallel connections to the SPD / TVSS shall be kept as short as possible (less than

24”). The connection to the SPD / TVSS shall be made using #10 AWG (ring terminal shall be provided). The contractor shall twist the SPD / TVSS input conductors together to reduce input conductor impedance.

F. SPD / TVSS units shall be mounted adjacent to surface mounted panels. Flush mounted

panels which are noted elsewhere in these contract documents to have TVSS/SPD protection shall have integral units with performance characteristics as close as possible to that specified for the external units described in this specification. Integral TVSS/SPD units shall be furnished by the panelboard manufacturer.

G. External TVSS units shall be installed and tested when panelboards are initially

energized. Test results shall be documented and forwarded to the engineer and after initial testing, feeding breakers shall be turned off until substantial completion or as directed by the owner.

3.2 WARRANTY

The manufacturer shall provide a 10-year parts limited warranty from date of shipment against failure when installed in compliance with manufacturer’s written instructions, UL listing requirements, and any applicable national or local electrical codes. Manufacturer shall make available for consultation, local engineering service support.

END OF SECTION 264313

Page 254: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)
Page 255: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

265100-1

SECTION 265100 - LIGHTING FIXTURES

PART ONE - GENERAL:

1.01 SCOPE OF WORK:

A. Electrical Contractor shall furnish all luminaries, lighting equipment and components

shown on the Plans, listed in the fixture schedule, and specified herein. He shall furnish

all labor and materials required to install specified equipment in the manner indicated. All

luminaries and lighting equipment shall be delivered to the building complete with

suspension accessories, canopies, hickeys, casings, sockets, holders, reflectors, ballasts,

diffusing material, louvers,plaster frames, recessing boxes, etc., all wired and assembled as

indicated.

1.02 LISTING REQUIREMENTS:

A. All fixtures shall be listed for the installed location shown of the plans.

1.03 SUBMITTAL REQUIREMENTS:

A. Request for Substitutions:

1. Refer to the “Basic Materials and Methods” specification for details and

requirements.

B. Product Submittals and shop drawings:

1. Refer to the “Basic Materials and Methods” specification for details and

requirements.

2. All lamps and ballasts require performance documentation to be submitted which

shows the combined system performance.

C. As-Built Drawings:

1. Refer to the “Basic Materials and Methods” specification for details and

requirements.

1.04 BASIS OF DESIGN:

A. The basis of design of lamps and ballasts is OSRAM-Sylvania. Products with identical

features and performance which are manufactured by Philips or GE are acceptable.

1.05 OPERATIONS AND MAINTENANCE REQUIREMENTS:

A. Refer to the “General Completion, Electrical” specification for details and requirements.

PART TWO – PRODUCTS:

Page 256: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

265100-2

2.01 MANUFACTURERS:

A. Refer to the light fixture symbol schedule on the drawings.

B. Fixtures of other manufacturers may be acceptable provided they offer equal or superior

performance and quality and are approved for substitution. Contractors seeking

substitutions shall be in a position to furnish samples of both specified and alternate

equipment for comparison, if required.

2.02 STANDARD FEATURES:

A. Luminaries shall be wired as per the National Electrical Code. No splice or tap shall be

located within arm, stem, or chain. Wire shall be continuous from splice in outlet box of

the building wiring system to lamp socket or ballast terminals. All fluorescent ballasts, as

indicated, shall be of the high-power-factor Class P Type and their design and

construction shall conform to Certified Ballast Manufacturer's Standards. Provide

regulating, HPF ballasts in H.I.D. lighting fixtures.

B. Catalog numbers given are not necessarily total fixture specification. The general

description, type and number of lamps, and pertinent details are to be considered in

determining the appearance, performance and quality intended. Any major discrepancies

in any particular fixture specification should be reported to the Architect prior to

submitting a proposal.

C. Exterior light poles shall be furnished with hand hold covers and mounting bolt covers

secured with stainless steel tamper proof fasteners.

2.03 OPTIONAL EQUIPMENT:

A. Where indicated elsewhere on the drawings, fixtures are shown to have emergency ballast

on the drawings, they shall be of the type indicated below:

1. Recessed, linear fluorescents – Bodine B30.

2. Surface a flange mounted linear fluorescents – Bodine B50 or B50LP.

3. Linear fluorescents which are indicated to have cold weather ballasts – Bodine

B50 cold pack.

4. Compact fluorescent – Bodine B4CFG.

5 Compact fluorescent fixtures which are indicated to have cold weather ballasts –

Bodine B4CF1, B4CF2, or B4CF3.

B. Lamps shall be furnished and installed by the electrical contractor for all fixtures

throughout the project, whether or not furnished by the contractor.

Page 257: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

265100-3

2.04 ADDITIONAL FIXTURES:

A. If indicated elsewhere on the drawings, additional fixtures shall be furnished in the

quantities listed below, and installed in locations as directed by the engineer. Fixtures not

installed shall be given to the owner for use as spares. Additional fixtures shall match

those installed in every way.

1. Emergency lights – 2% of the number of fixtures shown on the lighting plans.

2. Exit Signs – 2% of the number of fixtures shown on the lighting plans.

PART THREE - EXECUTION:

3.01 INSTALLATION

A. For installations in which occupancy sensors are specified, the following shall apply.

1. Upon completion of the installation, the system shall be completely commissioned

by the manufacturer's factory authorized technician who will verify all

adjustments and sensor placement to ensure a trouble-free occupancy-based

lighting control system. Labor and materials necessary to adjust the sensor

locations shall be by the electrical contractor.

2. The commissioning shall be scheduled prior to occupancy but after mechanical

units are in operation and, whenever possible, after furniture has been installed.

The electrical contractor shall provide both the manufacturer and the electrical

engineer with ten working days written notice of the desired commissioning date.

3. At the time of the system commissioning, the factory authorized technician shall

provide the proper training to the owner's personnel in the adjustment and

maintenance of the sensors.

B. Connect recessed lighting fixtures to outlet boxes by means of a 6 foot piece of flexible

metal conduit, 1/2 inches minimum. Branch circuit shall be routed to tap box above

fixture with flexible metal conduit down to fixture. Routing from fixture end to fixture

end will not be accepted. Boxes above fixtures shall be no more than 24” above the

fixture. Whips shall not be resting on the ceiling tiles or ceiling grid. Support wires used

to keep whips off the grid or tiles shall be orange in color.

C. Recess mounted fluorescent fixtures shall be supported independently from building

structure. Fixtures shall not utilize ceiling system for support. Provide four (4) supports

per fixture. Contractor may use chain or 9 gauge galvanized hanger wire.

D. Electrical contractor shall clean all light fixture lenses and replace any spent lamps prior to

substantial completion. Labor and materials shall be the responsibility of the electrical

contractor.

E. Where wall mounted emergency lights are used, the electrical contractor shall furnish and

Page 258: (Solicitation No. 17- CMG-B-009) May 30, 2017 · Sealed bids for the Ashley River Elementary School – Power Distribution System Improvements (Solicitation No. 17-CMG-B-009)

265100-4

install phenolic label on each emergency light. The label shall have a unique number to

identify the emergency light to facilitate maintenance record keeping.

F. Electrical contractor shall grout under exterior light poles after leveling.

3.02 LABELING

A. Electrical contractor shall furnish and install unique numeric label on each wall mounted

emergency light unit to facilitate maintenance and record keeping of the unit. Labels shall be phenolic and comply with the nameplate requirements of the general completion specifications.

3.03 WARRANTY:

A. All fixtures and ballasts shall be warranted for 1 year from the date of substantial

completion. During this period, the electrical contractor shall furnish labor and materials

necessary to replace failed fixtures.

B. All lamps with a published average rated life in excess of 10,000 hours shall be included

in the warranty requirements of section 3.02 A.

END OF SECTION 265100