+ All Categories
Home > Documents > CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island...

CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island...

Date post: 20-Aug-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
203
CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT BID PROPOSAL AND CONTRACT NORTHBOUND CNC-LUS RELOCATION PROJECT NUMBER: 2054.2099 BID NUMBER: PTST-19-001
Transcript
Page 1: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

CHESAPEAKE BAY

BRIDGE and TUNNEL DISTRICT

BID PROPOSAL AND CONTRACT

NORTHBOUND CNC-LUS RELOCATION

PROJECT NUMBER: 2054.2099

BID NUMBER: PTST-19-001

Page 2: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

TABLE OF CONTENTS

BID DOCUMENTS

Instruction to Bidders Bid to the Chesapeake Bay Bridge and Tunnel District Acknowledgement of Revisions Bidders Certification and Prequalification Status of Contracts on Hand Contractor’s Bid to Sublet Certificate of Insurance Non-Collusion Affidavit

SPECIAL PROVISIONS

Page No. SP -1 - SCOPE OF WORK SP-1 SP -2 - GENERAL PROVISIONS SP-2 SP -3 - CHANGES TO GENERAL PROVISIONS SP-2 SP -4 - SUBMITTALS SP-3 SP -5 - MOBILIZATION SP-4 SP -6 - TRAFFIC CONTROL SP-4

SP -7 - SCHEDULING REQUIREMENTS SP-5 SP -8 - LIMITATIONS OF OPERATIONS SP-5 SP -9 - WARRANTY PERIOD SP-6 SP -10 - ACCESS TO CONSTRUCTION SP-6 SP -11 - CONSTRUCTION RECORD DRAWINGS/MANUALS SP-6 SP -12 - PROGRESS MEETINGS SP-7 SP -13 - SUBSTITUTIONS SP-7

SP -14 - MARINE ENVIRONMENT SP-8 SP -15 - METHOD OF PAYMENT SP-8

GENERAL PROVISIONS

SECTION 101 - DEFINITION OF TERMS GP-1 SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS GP-8 102.01 - Prequalification 102.02 - Content of Bid 102.03 - Interpretation of Quantities in Bid Form 102.04 - Examination of Contract Documents and Work Site 102.05 - Preparation of Bid 102.06 - Irregular Bids 102.07 - Bid Guaranty 102.08 - Material and Equipment Guaranty

Page 3: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

TABLE OF CONTENTS (Continued) 102.09 - Tolls 102.10 - District Procurement Policy 102.11 - Disqualification of Bidder 102.12 - Delivery of Bid 102.13 - Withdrawal of Bid SECTION 103 - AWARD AND EXECUTION OF CONTRACT GP-12 103.01 - Consideration of Bids 103.02 - Award of Contract 103.03 - Cancellation of Award 103.04 - Return of Bid Guaranty 103.05 - Performance and Payment Bonds 103.06 - Submissions Following Bid Approval 103.07 - Execution and Approval of Contract 103.08 - Failure to Furnish Bonds or Certificates of Insurance SECTION 104 - SCOPE OF WORK GP-16 104.01 - Intent of Contract 104.02 - Modification of the Contract 104.03 - Extra Work 104.04 - Maintenance During Construction 104.05 - Cleanup SECTION 105 - CONTROL OF WORK GP-18 105.01 - Authority of the Engineer 105.02 - Plans and Working Drawings 105.03 - Coordination of Plans, General Provisions, Special Provisions and Technical Specifications 105.04 - Cooperation by Contractor 105.05 - Holidays 105.06 - Authority and Duties of the District Representative 105.07 - Inspection of Work 105.08 - Removal of Unacceptable and Unauthorized Work 105.09 - Acceptance 105.10 - Submission and Disposition of Claims SECTION 106 - CONTROL OF MATERIAL AND EQUIPMENT GP-24 106.01 - Source of Supply and Quality Requirements 106.02 - Samples, Tests, and Cited Specifications 106.03 - Plant Inspection 106.04 - Storing Materials 106.05 - Unacceptable Materials

Page 4: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

TABLE OF CONTENTS (Continued)

SECTION 107 - LEGAL RELATIONS AND RESPONSIBILITY TO GP-26 THE PUBLIC 107.01 - Laws to be Observed 107.02 - Sanitary Provisions 107.03 - Patented Devices, Materials and Processes 107.04 - Public Convenience and Safety 107.05 - Construction Over or Adjacent to Navigable Waters 107.06 - Barricades and Warning Signs 107.07 - Contractor’s Responsibility for Work 107.08 - Environmental Considerations 107.09 - Personal Liability of Public Officials 107.10 - No Waiver of Legal Rights 107.11 - Certificates of Insurance SECTION 108 - PROSECUTION AND PROGRESS GP-30 108.01 - Subcontracting 108.02 - Notice to Proceed 108.03 - Prosecution of Work 108.04 - Limitation of Operations 108.05 - Progress Schedule 108.06 - Character of Workers, Methods and Equipment 108.07 - Determination and Extension of Contract Time 108.08 - Suspension of Work 108.09 - Failure to Complete on Time 108.10 - Liquidated Damages 108.11 - Default of Contract 108.12 - Termination of Contract 108.13 - Termination of Contractor’s Responsibility SECTION 109 - MEASUREMENT AND PAYMENT GP-38 109.01 - Scope of Payment 109.02 - Compensation for Altered Quantities 109.03 - Extra and Force Account Work 109.04 - Eliminated Items 109.05 - Partial Payments 109.06 - Final Payment 109.07 - Payment SECTION 110 - MISCELLANEOUS PROVISIONS GP-43 110.01 - Construction Safety and Health Standards 110.02 - Non-Discrimination 110.03 - Participation of Small Businesses and Businesses Owned By Women and Minorities

Page 5: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

TABLE OF CONTENTS (Continued) 110.04 - Drug-Free Workplace 110.05 - Employee Identification

TECHNICAL SPECIFICATIONS

SECTION 200 STRUCTURAL

201 Removal and Salvage LUS Platforms TS-202-1 SECTION 400 SYSTEMS

401 Communications Enclosure TS-401-1 402 HVAC System TS-402-1 403 Uninterruptible Power System TS-403-1

SECTION 500 ELECTRICAL

501 Electrical Work, General TS-501-1 502 Raceway and Conduit Systems TS-502-1 503 Cable Tray System TS-503-1 504 Medium-Voltage Cables TS-504-1 505 Low Voltage (600V) Cables TS-505-1 506 Communications Cabling and Infrastructure TS-506-1 507 Electrical Enclosures and Panels TS-507-1 508A Electrical Transformers (Low Voltage) TS-508A-1 508B Electrical Transformers (Oil-Filled) TS-508B-1 509 Roadway Lighting TS-509-1 510 Electrical Identification TS-510-1 511 Electrical Testing TS-511-1 512 Removal and Salvage Electrical Equipment TS-512-1

DRAWINGS

Drawing Title Sheet No. E-000 Title Page 1 E-001 Drawing Index Abbreviations and Symbols 2 E-002 Site Plan 3 E-003 General Notes 4 E-004 Phasing Plan Work Restrictions 5 E-005 S. Toll Plaza to Trestle-A Abutment Equipment Location 6

Page 6: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

TABLE OF CONTENTS (Continued)

E-006 S. Toll Plaza to Island 1 Equipment Location (1 of 2) 7 E-007 S. Toll Plaza to Island 1 Equipment Location (2 of 2) 8

E-008 Island No. 1 Equipment Location 9 E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 12 E-012 Island No. 3 Equipment Location 13 E-013 Island No. 4 Equipment Location 14 E-014 Island No. 4 To Navy Gate Equipment Location (1 of 4) 15 E-015 Island No. 4 To Navy Gate Equipment Location (2 of 4) 16 E-016 Island No. 4 To Navy Gate Equipment Location (3 of 4) 17 E-017 Island No. 4 To Navy Gate Equipment Location (4 of 4) 18 E-018 Existing CNC/LUS Platform Demo Details 19 E-019 Emergency Pull-Off (EPO) Proposed Plan 20 E-020 Proposed LUS Power One-Line 21 E-021 LUS Cabinet Details 22 E-022 Existing Roadway Lighting Schematic 23 E-023 Proposed Roadway Lighting Schematic 24 E-024 Proposed Roadway Lighting Schedule 25 E-025 CNC/LUS Device & Cable Schedule Trestle A 26 E-026 CNC/LUS Device & Cable Schedule Trestle B 27 E-027 CNC/LUS Device & Cable Schedule Trestle C & D 28 E-028 CNC Cabinet Details I 29 E-029 CNC Cabinet Details II 30 E-030 CNC Cabinet Details III 31 E-031 Electrical Details I 32 E-032 Electrical Details II 33 E-033 Medium Voltage Cable Tie-In Detail 34 E-034 Backbone Fiber Schematic 35

Page 7: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

i

INSTRUCTION TO BIDDERS

SCOPE OF WORK The Chesapeake Bay Bridge and Tunnel District (CBBT) has nine Communication Node Cabinets (CNC) and Lighting Unit Substations (LUS) on platforms suspended off of the bent caps on the northbound spans. The platforms are located on the west side of the northbound span, their location when the facility was originally built in the 1960s. The work for this project generally consists of relocating the CNC-LUS equipment from the west side platforms to the east side Emergency Pull Offs (EPO)s. This includes, but is not limited to:

Transformer Replacements: The existing LUS transformers are original equipment and expected to have Polychlorinated Biphenyls (PCB)s. They will be removed from the west platform and be properly disposed of in accordance with local, state and federal regulations. The LUSs will be replaced by new ones in the EPOs on the east side of north bound trestles. These LUSs will meet current standards and match those on the south bound structures. New wiring will be run to accommodate the new location.

Communication Node Cabinet replacement: The existing CNCs will have existing Program Logic Controller (PLC) panels and supporting hardware removed, with the cabinet and cooling unit being properly discarded. The new CNCs will be installed in the EPOs on the east side of north bound trestles, with the PLC panels and supporting hardware being reused.

Lighting Circuit Rewiring: The existing light circuit wiring is original wiring (over 50 years old) and is beyond its useful life and does not meet current code requirements. The project will upgrade all of the light circuit wiring on the northbound trestles.

Light Fixture Replacement: The trestle High Pressure Sodium (HPS) light fixtures will be replaced with Light Emitting Diodes (LED), during the rewiring operation.

Unused Device and Cable Removal: Unused signals, phones and miscellaneous equipment and cabling will be removed from the north bound trestles.

Sign and Signal Wiring: The remaining sign and signal wiring shall be replaced on the north bound trestles.

Page 8: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

ii

Load Center Upgrades: As part of the relocation and rewiring, the load center and power

panels will be replaced with equipment that meets current codes and matches the equipment on the southbound trestle.

Fiber Optic Cable: Install a new 48 strand fiber optic cable across the northbound span and remove the existing fiber optic cable, ranging from 12 to 24 strand.

Generators: The existing configuration locates a generator on each existing platform. These will be removed, with the new locations not being equipped with a generator. The new locations in the EPOs, on the east side of the northbound trestles, will be equipped to receive power from a portable generator parked in the EPO as needed in the event of an equipment failure.

The new and existing CNC-LUS equipment is critical to the safe operation of the Chesapeake

Bay Bridge Tunnel. Unscheduled outages will not be permitted. Should any unscheduled

outages result from the Contractors actions, the Contractor shall work continuously, making

repairs as soon as possible, to restore full functionality. SUBMISSION OF BIDS Sealed bids for this project will be received until 2:00 p.m. on May 1, 2019, in the office of the Director of Maintenance, Chesapeake Bay Bridge and Tunnel District, 32386 Lankford Highway, Cape Charles, Virginia 23310, Attention: Mr. Timothy R. Holloway, at which time the bids will be publicly opened and read. The common overnight delivery services, including priority mail, do not guarantee delivery to the lower Eastern Shore (Cape Charles area) by 2:00 p.m. Use of these services to deliver a bid may result in delivery to the District after the submittal deadline and the bid being returned to you unopened. Bids must be submitted with the project number, bid number, name of Bidder, and the opening date clearly marked on the outside face of the package; otherwise, your bid will be opened upon receipt in order to determine the inquiry to which it is applicable. The project number for this project is RMF 2054.2099, and the Bid number for this project is PTST-19-001. PRE-BID CONFERENCE A mandatory pre-bid conference will be held on April 2, 2019, at 10:00 a.m. It will be held at the Chesapeake Bay Bridge and Tunnel District Administration Building, located at the North Toll Plaza, U.S. Route 13, Northampton County, VA. A site visit will immediately follow the conference. The pre-bid conference is open to all interested potential contractors, subcontractors and/or suppliers. Interested parties should contact Mr. Timothy R. Holloway, Director of

Page 9: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

iii

Maintenance, by phone at (757) 331-2960 at least two days in advance of the conference date in order to arrange for toll-free passage. NOTE: Attendance at the pre-bid conference and site visitation is mandatory for Bidders and a prerequisite for submitting a bid. Bidders shall register in writing with the District at the pre-bid conference. Failure on the part of a Bidder to attend the pre-bid conference for this project and to register their attendance with the District will be cause for their bid to be rejected. Such bids will not be opened, but will be returned to the Bidder. Please bring a Hard Hat and Safety Vest for the mandatory site visitation portion of the pre-bid conference. WORK PLAN Bidders shall submit to the District as part of their bid, a detailed work plan. This detailed work plan shall provide details of equipment, materials, methods, and personnel (project manager and superintendents) proposed to complete the work, including proposed method for keeping construction debris and demolition materials out of the Chesapeake Bay. PROJECT SCHEDULE REQUIREMENTS All project work shall be completed by the fixed date of August 31, 2020. If awarded, the District will notify the successful bidder on May 14, 2019, or soon thereafter. PLANS AND SPECIFICATIONS Plans and Specifications for this project are available for inspection in the offices of the Chesapeake Bay Bridge and Tunnel District, or may be obtained from Mr. Timothy R. Holloway, Director of Maintenance. Complete Instructions to Bidders and all required blank bid forms may be obtained at the District office. All addenda (if applicable) will be mailed or delivered to each Bidder who attended the mandatory pre-bid conference and site visit, no later than 10 calendar days prior to the date of bid submittal, to allow a reply to reach all Bidders and allow Bidders to contact their prospective subcontractors and suppliers prior to submission of the Bid. It is the responsibility of the Bidder to provide all appropriate plans, specifications, addenda (if applicable), and all other contract documents to proposed subcontractors and suppliers. TOLLS Bidders should not include payment of Chesapeake Bay Bridge and Tunnel tolls in their Bid. The District will furnish passes to the successful contractor for his use, as needed, during the time limit set forth in the Contract.

Page 10: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

iv

INTERPRETATION OF DOCUMENTS Any comments or questions concerning specifications or other provisions of this Request for Bid should be directed in writing to Mr. Timothy R. Holloway, Director of Maintenance, 32386 Lankford Highway, Cape Charles, Virginia 23310, and shall be received at least 15 days prior to receipt of bid, April 16, 2019, with an answer to be given at least 10 days prior to bid, April 19, 2019, The District is not responsible for any explanation, clarification or approval made or given in any manner except by addendum. A copy of each addendum will be mailed or delivered to each person that received a bid package. Any Addenda so issued are to be considered part of this bid, please insert date of any addenda on Acknowledgement of Revisions page. SUBMITTAL REQUIREMENTS The Bidders’ attention is directed to the points noted herein, as compliance with all provisions is mandatory in order to be considered responsive: 1. All responses on all the forms in the bid package must be typed or written in ink. 2. Unless otherwise specified or permitted in the bid, prices must be submitted on all items in the

bid. 3. Bids conditioned by the Bidder with proposed alternates, other than those specified or

permitted, will not be considered. 4. Erasures or alterations in the Bidder’s entries in the bid must be initialed by an authorized

representative of the firm. 5. A bid total must be shown in each space provided for same. 6. A Bid Guaranty in the amount of five (5) percent of the value bid shall accompany the bid,

signed by a Surety and an authorized representative of the Bidder, or each authorized representative of a joint venture, conforming to Section 102.07 of the General Provisions.

7. Joint venture bids must show the name of each party and be signed in ink by an authorized

representative of each party of the joint venture. 8. The bid must include a signed statement of non-collusion. 9. The bid shall be prepared in accordance with and shall include in the submittal of the bid all

the requirements specified in the Special Provisions. 10. The bid shall be accompanied by a work plan as described in Special Provision No. SP-4.

Page 11: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

v

AWARD OF CONTRACT The District reserves the right to reject or cancel this solicitation and any or all bids, waive any information and irregularities in the bidding; to accept or reject any or all items of bid; and to accept other than the lowest bid should it be deemed to be in the best interest of the District. The award of the contract, if it is awarded, will be made to the lowest responsible and responsive Bidder. In determining the lowest responsible and responsive Bidder, the following factors shall be considered:

1. The Bidder’s total bid price and proposed work plan to complete the work for the said bid price.

2. Ability, capability, and skills of the Bidder to perform the contract work.

3. Proof that the Bidder can perform the contract work promptly and within the

time frame specified.

4. Character, integrity, reputation, judgment, experience, and efficiency of the Bidder and his proposed subcontractors.

5. The quality of performance of previous contracts.

6. The financial resources and ability of the Bidder to perform the contract work.

7. Ties between two lowest responsible and responsive Bidders will be decided by lot.

Page 12: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

vi

BID TO THE

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT Date Submitted: ______________ The Chesapeake Bay Bridge and Tunnel District (CBBT) has nine Communication Node Cabinets (CNC) and Lighting Unit Substations (LUS) on platforms suspended off of the bent caps on the northbound spans. The platforms are located on the west side of the northbound span, their location when the facility was originally built in the 1960s. The work for this project generally consists of relocating the CNC-LUS equipment from the west side platforms to the east side Emergency Pull Offs (EPO)s. This includes, but is not limited to:

Transformer Replacements: The existing LUS transformers are original equipment and expected to have PCBs. They will be removed from the west platform and be properly disposed of in accordance with local, state and federal regulations. The LUSs will be replaced by new ones in the EPOs on the east side of north bound trestles. These LUSs will meet current standards and match those on the south bound structures. New wiring will be run to accommodate the new location.

Communication Node Cabinet replacement: The existing CNCs will have existing PLC panels and supporting hardware removed, with the cabinet and cooling unit being properly discarded. The new CNCs will be installed in the EPOs on the east side of north bound trestles, with the PLC panels and supporting hardware being reused.

Lighting Circuit Rewiring: The existing light circuit wiring is original wiring (over 50 years old) and is beyond its useful life and does not meet current code requirements. The project will upgrade all of the light circuit wiring on the northbound trestles.

Light Fixture Replacement: The trestle HPS light fixtures will be replaced with LED, during the rewiring operation.

Unused Device and Cable Removal: Unused signals, phones and miscellaneous equipment and cabling will be removed from the north bound trestles.

Page 13: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

vii

Sign and Signal Wiring: The remaining sign and signal wiring shall be replaced on the

north bound trestles.

Load Center Upgrades: As part of the relocation and rewiring, the load center and power panels will be replaced with equipment that meets current codes and matches the equipment on the southbound trestle.

Fiber Optic Cable: Install a new 48 strand fiber optic cable across the northbound span and remove the existing fiber optic cable, ranging from 12 to 24 strand.

Generators: The existing configuration locates a generator on each existing platform. These will be removed, with the new locations not being equipped with a generator. The new locations in the EPOs, on the east side of the northbound trestles, will be equipped to receive power from a portable generator parked in the EPO as needed in the event of an equipment failure.

The new and existing CNC-LUS equipment is critical to the safe operation of the

Chesapeake Bay Bridge Tunnel. Unscheduled outages will not be permitted. Should any

unscheduled outages result from the Contractors actions, the Contractor shall work

continuously, making repairs as soon as possible, to restore full functionality. Location of Work: Generally described as the Northbound Trestles and approach roads of the

Chesapeake Bay Bridge and Tunnel District. I/We declare that no other person, firm, or corporation is interested in this bid; that I/we have carefully examined the Plans, General Provisions, Technical Specifications, Special Provisions, form of contract, and all other documents pertaining thereto and thoroughly understand the contents thereof; that I/we understand that the Plans, General Provisions, Technical Specifications, and Special Provisions as defined are a part of this Bid; that all the quantities shown herewith are part of this bid; that all the quantities shown herewith are approximate only; that I/we have examined the location of the proposed work and source of supply of materials and/or equipment; and that I/we agree to bind myself/ourselves upon award of the Chesapeake Bay Bridge and Tunnel District under this bid to a contract with necessary surety bond, to start work on the date specified in the Notice to Proceed, and to complete all work in accordance with the Plans and Specifications within the time limit set forth in the contract, which is the fixed date of August 31, 2020.

Page 14: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

viii

BID TO THE

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT (Continued)

Furthermore, I / We acknowledge that determination of the lump sum prices and unit prices included herein have been given careful consideration and shall represent full compensation for all costs for all work described in this bid. Attached is a check or bond conforming to the requirements of the General Provisions, it being understood that such check or bond is to be forfeited as liquidated damages if, upon acceptance of this bid, I / We fail to execute the Contract and furnish bond as provided in the General Provisions. _______________________________ By: ____________________________________ (Name of Individual, Firm or Corp.) (Signature) _______________________________ ____________________________________ (Address) (Title) _______________________________ By: ____________________________________ (Name of Individual, Firm or Corp.) (Signature) _______________________________ ____________________________________ (Address) (Title)

Page 15: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

ix

BID TO THE CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT

(Continued)

ITEMIZED BID

1. Lump Sum Total Bid $_________________________

Page 16: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

x

BID TO THE CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT (Continued) FOR DISTRICT USE ONLY In consideration of the foregoing commitments made by the Individual(s), Firm(s), or Corporation(s) as shown and signed in this Bid, and hereinafter called the Party of the Second Part, the Chesapeake Bay Bridge and Tunnel District by the Executive Director, hereinafter called the Party of the First Part, agrees to pay the Party of the Second Part for all items of Work performed and materials furnished at the unit prices as described and conditioned as set forth in these Contract Documents. Chesapeake Bay Bridge and Tunnel District By: ______________________________________

Executive Director Acceptance Date: ___________________________

Page 17: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

xi

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT

ACKNOWLEDGEMENT OF REVISIONS Acknowledgement shall be made of receipt of any and all revisions and/or addenda pertaining to the above designated project which are issued by the District prior to the bid opening date shown herein. Failure to include this acknowledgement in the bidding may result in the rejection of your bid. By signing this bid, the Bidder acknowledges receipt of the following revision and/or addenda to the bid and/or plans for the above designated project which were issued under cover letter(s) of the date(s) shown hereon: 1. Cover Letter of ______________________________ (Date) 2. Cover Letter of ______________________________ (Date) 3. Cover Letter of ______________________________ (Date)

Page 18: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

xii

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT BIDDER CERTIFICATION AND PREQUALIFICATION

CLASSIFICATION AND WORK CAPACITY We _______________________________________________________________________

(Name of Individual, Partnership, Corporation or Joint Venture)

hereby certify that we have the necessary classification and maximum capacity rating (amount approved by the Prequalification Committee, less amount of all completed work) to perform the work covered by bids submitted for projects at the letting on _____________________________ either with our organization or with subcontractors as provided in the Virginia Department of Transportation Rules and Regulations governing prequalification and classification of prospective bidders (Form C-46, Rev. 1-1-87). We further certify that, to the best of our knowledge, each proposed subcontractor is prequalified in conformance with said rules and regulations mentioned above for the contract items designated. In compliance with Form C-46, Rev 1-1-87, a tabulation of all outstanding contracts to date is furnished on the attached sheet “Status of Contracts on Hand.” ____________________________________ (Bidder) By:___________________________________ (Signature) ____________________________________ (Title) ____________________________________ (Bidder) (Joint Venture) By:____________________________________ (Signature) ____________________________________ (Title)

Joint Venture Bids Only

I / We propose to perform contract work amounting to $_________________ on this joint venture bid. Note: If the amount is not indicated, the District will divide the contract amount equally, in which case, each bidder must have sufficient capacity to cover his share.

Form A

Page 19: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

xiii

STATUS OF CONTRACTS ON HAND

Give full information about all of your contracts whether prime or sub-contract; whether in progress or awarded but yet begun; or where you are low Bidder pending formal award of contract.

VDHT PROJECT ONLY

Location A B C D Owner & *Contract *Amount *Additional *Balance E F G

Description Amount Completed Amount To Be Amount *Portion of *Column

& Billed Earned Since Completed Shown as "E" Which is "E" Minus

Last Estimate Sublet Complete Column "F"

TOTALS

*In case of joint venture show only your share. ** Approved sub lettings may be shown in accordance with Article XII of the “Rules and Regulations” governing pre-qualification.

Chargeable Balance to Be Completed

$

(Column D Minus Column G)

NOTE: All miscellaneous contracts which in the aggregate, total less than 20% of Contractors Maximum Capacity Rating, may be consolidated and listed as a single term.

Page 20: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

xiv

CHESAPEAKE BAY BRIDGE AND TUNNEL DISTRICT

CONTRACTOR’S BID TO SUBLET*

(To Be Submitted With Bid) PROJECT NO. _________________________________________________________________ Project Description ____________________________________________________________ ____________________________________________________________ Submitted By ________________________________________________________________ (Firm) Date bid submitted ___________________________________________________________ By signing this bid, the Bidder proposes to sublet to a prequalified contractor the designated dollar amounts: Name of Subcontractor Dollar Amount ______________________________ $____________ ______________________________ $____________ ______________________________ $____________ ______________________________ $____________ ______________________________ $____________ TOTAL $____________ * This form and information is to be submitted by the prime Contractor with his bid, in order

to be granted prequalification credit for work proposed to be subcontracted. A substitution of subcontractors may be permitted only upon written request and approval by the District.

Page 21: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

xv

RETURN ONE COPY IMPORTANT: It is of vital importance to the insured that you send this form to the Director of Maintenance, Chesapeake Bay Bridge-Tunnel District, 32386 Lankford Highway, Cape Charles, VA 23310. The District will also accept your Insurer’s standard coverage form for submittal.

CERTIFICATE OF INSURANCE

This is to certify that _____________________________________________________ (Insurance Company) Insured: ________________________________________________________________ Address: _______________________________________________________________ Policies of Insurance Described as Follows:

KIND OF POLICY

WORKERS’ COMPENSATION

PUBLIC LIABILITY

CONTINGENT LIABILITY

NUMBER

EFFECTIVE DATE

FROM: TO:

LIMITS PROVIDED BY WORKERS COMP. LAW OF VA.

ONE PERSON $_________________ ONE ACCIDENT $_________________

ONE PERSON $________________ ONE ACCIDENT $________________

EXACT LOCATION COVERED

COVERED DETAIL

This certificate is issued at the request of the Chesapeake Bay Bridge and Tunnel District, 32386 Lankford Highway, Cape Charles, Virginia 23310, to whom we will give notice, in writing, of cancellation, renewal, or explanation of the above policy or policies. Dated at ______________________ ____________________________________ (Insurance Company) _______________________, 20____ By _________________________________ (Authorized Representative)

Page 22: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

xvi

NON-COLLUSION AFFIDAVIT THIS FORM must be completed, signed, notarized and returned with Bid; and failure to do so, may result in the rejection of your Bid. A separate form must be submitted by each principal of a joint venture Bid. 1. In preparing and submitting this Bid, I, the firm, corporation or officers, agents or employees thereof did not, either directly or indirectly, enter into any combination or arrangement with any person, firm or corporation or enter into any agreement, participate in any collusion, or otherwise take any action in the restraint of free, competitive bidding in violation of the Sherman Act (15 U.S.C. Section 1) or Article 1.1 or Chapter 12 of Title 18.2 (Virginia Governmental Frauds Act), Sections 59.1-9,1 through 59.1-9.17 or Sections 59.1-68.6 through 59.1-68.8 of the Code of Virginia. 2. I, the firm, corporation or officers, agents or employees thereof have neither directly nor indirectly entered into any combination or arrangement with any person, firm or corporation or entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this Contract, the effect of which is to prevent competition or increase the cost of construction of this Contract. During the preceding 12 months, I (we) have been a member of the following Highway Contractor's Associations, as defined in Section 33.1-336 of the Code of Virginia (1970). (If none, so state). Name Location of Principal Office ----------------------------------------------------- ----------------------------------------------------- ----------------------------------------------------- 3. The undersigned is duly authorized by the Bidder to make the foregoing statements to be filed with Bids submitted on behalf of the Bidder for this Project. Signed at , this day of , 20 . Name of Organization By: (Signature and Title) State of To-wit: County (city) of , I, , a Notary Public in and for the State and County (City) aforesaid, hereby certify that this day personally appeared before me and made oath that he is duly authorized to make the above statements and that such statements are true and correct: Subscribed and sworn to before me this day of , 20 . Notary Public My commission expires .

Page 23: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-1

SPECIAL PROVISIONS

SP-1 SCOPE OF WORK

The Chesapeake Bay Bridge and Tunnel District (CBBT) has nine Communication Node Cabinets (CNC) and Lighting Unit Substations (LUS) on platforms suspended off of the bent caps on the northbound spans. The platforms are located on the west side of the northbound span, their location when the facility was originally built in the 1960s.

The work for this project generally consists of relocating the CNC-LUS equipment from the west side platforms to the east side Emergency Pull Offs (EPO)s.

This includes, but is not limited to:

Transformer Replacements: The existing LUS transformers are original equipment and expected to have Polychlorinated Biphenyls (PCB)s. They will be removed from the west platform and be properly disposed of in accordance with local, state and federal regulations. The LUSs will be replaced by new ones in the EPOs on the east side of north bound trestles. These LUSs will meet current standards and match those on the south bound structures. New wiring will be run to accommodate the new location.

Communication Node Cabinet replacement: The existing CNCs will have existing Program Logic Control (PLC) panels and supporting hardware removed, with the cabinet and cooling unit being properly discarded. The new CNCs will be installed in the EPOs on the east side of north bound trestles, with the PLC panels and supporting hardware being reused.

Lighting Circuit Rewiring: The existing light circuit wiring is original wiring (over 50 years old) and is beyond its useful life and does not meet current code requirements. The project will upgrade all of the light circuit wiring on the northbound trestles.

Light Fixture Replacement: The trestle High Pressure Sodium (HPS) light fixtures will be replaced with Light Emitting Diode (LED), during the rewiring operation.

Unused Device and Cable Removal: Unused signals, phones and miscellaneous equipment and cabling will be removed from the north bound trestles.

Sign and Signal Wiring: The remaining sign and signal wiring shall be replaced on the north bound trestles.

Load Center Upgrades: As part of the relocation and rewiring, the load center and power panels will be replaced with equipment that meets current codes and matches the equipment on the southbound trestle.

Page 24: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-2

Fiber Optic Cable: Install a new 48 strand fiber optic cable across the northbound span and remove the existing fiber optic cable, ranging from 12 to 24 strand.

Generators: The existing configuration locates a generator on each existing platform. These will be removed, with the new locations not being equipped with a generator. The new locations in the EPOs, on the east side of the northbound trestles, will be equipped to receive power from a portable generator parked in the EPO as needed in the event of an equipment failure.

The new and existing CNC-LUS equipment is critical to the safe operation of the

Chesapeake Bay Bridge Tunnel. Unscheduled outages will not be permitted.

Should any unscheduled outages result from the Contractors actions, the

Contractor shall work continuously, making repairs as soon as possible, to restore full

functionality.

SP-2 GENERAL PROVISIONS

The entire Division I General Provisions of the 2016 VDOT Road and Bridge Specifications is replaced by the General Provision contained herein except that Section 105.09 – Cooperation among Contractors of the VDOT Specifications shall be included herein. However, throughout Section 105.09 of the VDOT Specifications, "District" shall replace "Department" and "Commonwealth".

SP-3 CHANGES TO GENERAL PROVISIONS

Section 102.04, Examination of Contract Documents and Work Site is amended to include the following:

Prospective Prequalified Bidders are hereby advised that attendance at the Pre-Bid Conference and site visitation is mandatory and a prerequisite for submitting a bid for this Project. As advertised in the "Notice of Advertisement for Bids" and "Instruction to Bidders", the mandatory pre-bid conference and site visitation for Prospective Prequalified Bidders will be held on April 2, 2019, at 10:00 a.m. The conference will be held at the District's Administration Building, North Toll Plaza, 32386 Lankford Highway, Northampton County, Virginia. A site visit will immediately follow the conference. The pre-bid conference and site visitation is also open to all interested potential Subcontractors and/or suppliers.

Interested parties should contact Mr. Timothy R. Holloway, Director of Maintenance, at (757) 331-2960. Prospective Prequalified Bidders shall register in writing with the District at the Pre-Bid Conference. Failure on the part of the Prospective Prequalified Bidder to attend the Pre-Bid Conference for this Project and to register with the District will be cause for the respective bid to be considered non-responsive and rejected. Such bids will not be opened, but will be returned to the bidder. Attendance at the pre-bid

Page 25: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-3

conference is not mandatory for Subcontractors and/or suppliers. A list of all registered Prospective Prequalified Bidders, Subcontractors and/or suppliers in attendance at the pre bid conference will be distributed to all attendees. Section 103.02, Award of Contract is amended to include the following:

The detailed work plan will also be considered in determining the successful bidder.

SP-4 SUBMITTALS

A. Bidder Submittals

Bidders shall submit to the District as part of their bid, a detailed work plan. This detailed work plan shall provide details of the equipment, materials, methods, and personnel (project manager and superintendents) proposed to complete the work. At a minimum, the work plan shall include methods, plans, and a schedule.

The Contractor shall be prequalified by the Virginia Department of Transportation in one or more of the following work classes: Electrical Installation (018) and/or Traffic Management System (164).

In accordance with the requirements stated in Section 102.01 of the General Provisions the Bidder shall also submit to the District as part of the bid, a list of recent work experience on projects similar to this project, which entails similar work to this project. The Bidder shall list at least three (3) similar projects performed in the past five (5) years. Each listed project shall include the name, address, contact person(s) and telephone number of the Owner and Owner's representative for whom the work was performed along with the description and value of the portion of the project with work of a similar nature. Each listed project shall also include the project location, completion date and the names of the Bidder's project manager and superintendent(s). If the Bidder was a Subcontractor for any of the listed projects, the value of the subcontracted work performed by the Bidder shall be included. In such cases, the Owner of the project is the General Contractor.

B. Contractor Submittals

The Contractor's submittals of work plans and construction record drawings shall be in accordance with Section 105.02 of the General Provisions and the following:

The Contractor shall submit to the District within thirty (30) days after the Notice to Proceed, a schedule of specific dates for submission of working and shop drawings required by the General Provisions, the Technical Specifications, and these Special Provisions. In addition, this submittal shall also include a progress schedule in accordance with Section 108.05 of the General Provisions for the District's review and approval.

Page 26: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-4

The Contractor shall submit two (2) hard copy sets and one (1) electronic copy of each submittal to the District for review and approval. Each submittal shall have been reviewed by the Contractor prior to submittal to the District and shall bear the Contractor's stamp of approval. All plan submittals shall be 22" x 34" with a 2-inch border on the left side.

The District will review for conformance with Contract Documents each submittal and shall return one (1) print duly marked within thirty (30) calendar days after receipt from the Contractor. The Contractor shall revise and resubmit any submittal returned for correction after review by the District. Upon receipt by the District of a resubmittal with required corrections, the District shall return one (1) print to the Contractor duly marked ''Approved".

All submittals shall be sent to the District:

Chesapeake Bay Bridge and Tunnel District 32386 Lankford Highway Cape Charles, Va. 23310 Attention: Mr. Timothy R. Holloway, Director of Maintenance

SP-5 MOBILIZATION

Mobilization shall be in accordance with Section 513 of the 2016 VDOT Road and Bridge Specifications.

SP-6 TRAFFIC CONTROL

The Contractor shall provide all traffic control personnel and equipment during all phases of his operations for temporary lane closures on the facility. For work near and within the gore areas approaching the portal islands, spans ANB 180 to ANB226, BNB1 to BNB 30, BNB220 to BNB265 and CNB1 to CNB30, the Contractor will coordinate all traffic control with the District. District Operations will assist such traffic control with the presence of a District Police Officer and blue lights. In these areas, the District will provide oversight of the Contractor's traffic control procedures and operations to safely direct traffic around the detail. Procedures shall follow those detailed in the traffic control plan approved by the District. Traffic control shall be in accordance with the current version of the Virginia Work Area Protection Manual. Only one (1) lane closure in one direction at one (1) work location is permitted at a time. At least one (1) lane of traffic will be maintained in each direction throughout the length of the facility during the Contactors operations.

The Contractor shall submit a traffic control plan for each work location to the District for approval. The traffic control plan may show a typical lane closure for trestles and bridges, but separate details shall be shown for structures with shoulders and without

Page 27: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-5

shoulders. Separate and specific lane closure details must be shown for lane closures extending into spans ANB 180 to ANB226, BNB1 to BNB 30, BNB220 to BNB265 and CNB I to CNB30. No work requiring a lane closure shall be performed at any of these work locations until the Contractor has received written approval from the District.

The Contractor shall also provide traffic control for Lookout Road when working in Spans A'NB1. The traffic control plan for the Lookout Road lane closure shall also meet the requirements of and be approved by the City of Virginia Beach, including any detours and signage as required.

Based on the shorter overall length of some trestles, in some instances, the District allows a shorter taper length and tighter sign spacing than specified in the Virginia Work Area Protection Manual. This will be discussed during the pre-bid meeting.

For lane closures and traffic restrictions elsewhere on the facility except where described in the preceding paragraph and upon District approval, the Contractor shall be responsible for all traffic control. See Special Provision SP-8, Limitations of Operations, for further requirements.

SP-7 SCHEDULING REQUIREMENTS

All work must be completed in accordance with the Plans and Specifications and within the time limits as herewith set forth, which is a fixed date of August 31, 2020.

As described in Section 105.05 of the General Provisions, the District restricts work on normal work days preceding and following the holidays listed therein. The District may, upon written notification by the Contractor, waive such restrictions when the Contractor's operations have no effect on vehicular traffic, as determined by the District.

SP-8 LIMITATIONS OF OPERATIONS

On the bridges, trestles and at-grade roadways, the Contractor will be allowed a temporary single-lane closure per span. Except for work in spans ANB 180 to ANB226, BNB1 to BNB 30, BNB220 to BNB265 and CNB 1 to CNB30, this lane closure may be allowed to remain set up from Monday morning through Friday afternoon, weather permitting. In the case of inclement weather, unplanned removal of the lane closure may be necessary. The Contractor shall only close as much lane as anticipated to be utilized for the planned work. The Contractor shall provide their planned lane closures to the District on the Wednesday prior to the week of anticipated work. District approval in writing is required by notification at least 48 hours in advance prior to any initial lane closure at work locations along the CBBT facility. Coordination with other Contractors and District work will be required.

Page 28: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-6

The Portal Island No. 3 Operator is to be contacted at (757) 331-8972 each time before moving into traffic to set up a lane closure. The work location and which lane is being closed are to be identified. The Island No. 3 Operator is to be contacted again when the lane closure setup is complete. The Island No. 3 Operator is also to be contacted just prior to starting removal of any lane closure and again when the lane closure is 100% removed. If the Island No. 3 Operator cannot be reached for any of these tasks, the Island No. 1 Operator shall be called at (757) 331-8971.

The District Police dispatcher, located at North Control Plaza (757) 331-8950, is to be contacted for any traffic incidents that occur in or around any active lane closures or involve damage to District properties.

All vehicles crossing the facility to deliver equipment, materials or supplies for this project shall comply fully with the limitations stated in the current edition of the Virginia Department of Transportation publication entitled Size, Weight and Equipment Requirements for Trucks, Trailers and Towed Vehicles. Any vehicles that are scheduled to be used, which do not meet these criteria may be used only with the written permission of the District. In requesting permission from the District to use non-complying vehicles, the Contractor shall specify whether the non-complying equipment will enter the facility from the south or north end. The District may require that any non-complying vehicles be accompanied by an escort across the Chesapeake Bay Bridge and Tunnel facility, the cost of which will be borne by the District.

SP-9 WARRANTY PERIOD

The Contractor shall guarantee all labor, workmanship, and materials for a minimum period of one (1) year from the date of final acceptance unless otherwise specified in the technical provisions. Should a failure occur within the one (1) year warranty period to any of the new systems or any parts installed under this Contract, the Contractor shall provide all labor and materials necessary to restore the system to a complete operating condition, at no cost to the Chesapeake Bay Bridge and Tunnel District.

SP-10 ACCESS TO CONSTRUCTION

During the progress of the work, the Contractor shall provide for the Engineer, and all authorized visitors, means of ready access to all parts of the work, such as scaffolds, ladders, transportation and any other required aids to facilitate the inspection of the work.

SP-11 CONSTRUCTION RECORD DRAWINGS/MANUALS

The Contractor shall maintain, in readable condition at the project site office, one (1) complete set of Plans, Specifications, and working drawings for his work, including all shop drawings. Such Drawings and Specifications shall be available for use by the Engineer or an authorized representative.

Page 29: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-7

Record Drawings: The Contractor shall prepare and submit two (2) paper and one (1) electronic copy of record drawings showing the final installed location of all components of this system installed as a part of the Project. Plan locations shall be referenced to readily identifiable, permanent physical features of the Project such as edges of roadway or roadway centerlines. At a minimum, the Record Drawings shall consist of the following: 1. Working drawings indicating the dimensions, weight, and full mounting

details of all components and installation details.

2. Furnishing terminal-to-terminal and full inter-connection drawings between components specified.

3. Configuration documentation of all hardware provided under this

section.

Manuals: The Contractor shall provide two (2) paper and one (1) electronic copy of an Operation and Maintenance Manual for all equipment included in this project.

SP-12 PROGRESS MEETINGS

The District shall establish and conduct monthly progress meetings with representatives of the Contractor. More frequent or less frequent meetings shall be held to the extent that the District reasonably determines that construction conditions make it advisable to do so. These meetings will be maintained throughout the entire construction period until final Project inspection by the District and for the primary purposes of assessing the progress of the Contractor's work, recommending such remedial actions as are necessary to maintain its progress within the Project schedule, and discussing the Contractor's and its Subcontractors' respective safety performance. Unless otherwise directed by the District, attendance should include the following Contractor personnel (and, if necessary, its corresponding Subcontractors' personnel): its Project Manager, its designated safety representative, and its superintendents as may be appropriate to meet agenda requirements.

SP-13 SUBSTITUTIONS

The Contractor may suggest substitutions for certain materials, listed in the technical specifications, after the bid has been awarded. This should not be perceived as an allowance to bid on a different equipment, structure(s) or material(s) than described in the relevant technical specifications. Substitutions shall be suggested based on covering each of the following subjects:

Alternative materials to improve quality, schedule or pricing. Exceptions to the specifications covering materials, manner of

application, or other details.

Page 30: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

SP-8

Submit a written description of proposed changes or modifications to the District for review. In accordance with Special Provision SP-4 Submittals, the District requires 30 days for review of proposed substitutions. The information shall include catalog data sheets as a minimum and shop drawings, samples and other supportive information as necessary for the District to evaluate the proposed materials. The District will review alternative material recommendations and will be the sole judge in determining whether the proposed material, accessory, or item meets the stated criteria for service and conditions imposed.

It is the Contractor's responsibility to notify and receive written approval from the District for substitutions that deviate from Contract Documents.

Do not proceed with proposed changes or modifications until authorized to do so by the District in writing. The cost of work performed on proposed changes or modifications without the District's written approval will be at the Contractor's expense, as well as any cost for correcting such unauthorized work.

SP-14 MARINE ENVIROMENT

All materials exposed to the elements shall be suitable for a marine environment and shall be marine grade aluminum or stainless steel.

Aluminum shall not come in direct contact with concrete or stainless steel. Provide suitable insulating barrier where needed. At locations where there is contact between dissimilar metals or concrete, inert washers or pads will be utilized to eliminate this contact.

SP-15 METHOD OF PAYMENT

Payment for all aspects of the work listed in the Drawings and Specifications will be paid for as a Lump Sum basis. This shall include mobilization and all incidentals, not specifically mentioned in this document, but which are necessary to complete the work as shown on the Drawings and Specifications.

In addition to General Provision 108.05, entitled Progress Schedule, the Contractor will submit a schedule of values to be approved by the District. The agreed upon schedule of values will be used for monthly pay applications during the extent of the project and coincide with the Progress Schedule.

Page 31: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-1

GENERAL PROVISIONS

SECTION 101 - DEFINITION OF TERMS Wherever the following abbreviations and terms are used in these Contract Documents, the intent and meaning shall be interpreted as follows: AASHTO American Association of State Highway and Transportation Officials AC Alternating Current ACI American Concrete Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWG American Wire Gage AWS American Welding Society CRSI Concrete Reinforcing Steel Institute DC Direct Current EEO Equal Employment Opportunity EPA Environmental Protection Agency F Fahrenheit, when preceded by “degree(s)” FHWA Federal Highway Administration FS Federal Specifications, General Services Administration

Page 32: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-2

ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronic Engineers ISA Instrument Society of America NACE National Association of Corrosion Engineers NEC National Electrical Code NESC National Electrical Safety Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NIST National Institute of Standards and Technology NPC National Plumbing Code OSHA Occupational Safety and Health Association SPC Standard Plumbing Code SSPC Steel Structures Painting Council UL Underwriters Laboratories, Inc. UPC Uniform Plumbing Code VAC Volts Alternating Current VDOT Virginia Department of Transportation VOSH Virginia Occupational Safety and Health Administration VPCO Virginia Power Company VDPOR Virginia Department of Professional & Occupational Regulations VOSH Virginia Occupational Safety and Health Program VTM Virginia Test Methods

Page 33: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-3

Advertisement, Notice of - The public announcement, as required by law, inviting Bids for work to be performed or materials to be furnished, that indicates the approximate principle quantities, location of the work to be performed, character and quantity of the materials to be furnished, the required Project schedule, and the time and place of the opening of Bids.

Award - The decision of the Commission to accept the Bid of the lowest responsive and responsible Bidder for the work as determined at the sole discretion of the District. The Award is subject to the execution and approval of a satisfactory Contract therefore, and to such conditions as may be specified or required by law.

Award Date - The date on which the decision is made by the Commission to accept the Bid of the lowest responsive and responsible Bidder.

Bid - The offer of a Bidder, submitted on the Bid, to perform the work and furnish the materials and labor at the prices set forth therein; valid only when properly signed and guaranteed.

Bid Bond - The security furnished with a Bid to guarantee that the Bidder will enter into the Contract if such Bid is accepted, synonymous with Bid Guaranty.

Bidder - An individual, partnership, corporation, or joint venture formally submitting a Bid for the work contemplated, or any portion thereof, acting directly or through a duly authorized representative.

Calendar Day - Any day shown on the calendar. Unless otherwise stated, a day, as used throughout the Specifications, will mean Calendar Day.

Chairman - The Chesapeake Bay Bridge and Tunnel Commission Chairman. Commission - The Chesapeake Bay Bridge and Tunnel Commission.

Contract - The written agreement executed between the District and the Contractor, setting forth the obligations of the parties thereunder, including, but not limited to, the performance of the work, the furnishing of labor and materials, and the basis of payment. The Contract also includes these General Provisions, the Technical Specifications, the Plans, the Special Provisions, any Addenda (if required), change orders, and work orders and agreements that are required to complete the construction of the specified work in an acceptable manner, including authorized extensions thereof, all of which constitute one instrument. Oral agreements, promises, or representations shall not be considered a part of the Contract.

Contract Documents - The Contract Documents include the Bid, Contract, Contract bond, General Provisions, Virginia Department of Transportation “Road and Bridge Specifications”, dated 2016 as applicable, Technical Specifications, the Plans, Special Provisions, any Addenda (if required), those documents required in Sec. 103.06, written

Page 34: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-4

change orders, extra work orders, and agreements to complete the work and any authorized extensions.

Contract Item (Pay Item) - A specifically described unit of work for which a price is provided in the Contract.

Contract Time (Time Limit) - The number of Calendar Days or calendar date that specifies the time allowed for the completion of the work described in the Contract, including authorized extensions.

Contractor - The individual, partnership, corporation or joint venture contracting with the District for performance of the prescribed work.

Day - Unless otherwise stated, a Calendar Day.

Department - Virginia Department of Transportation

Disposal Areas - Areas located off the Project right-of-way where unsuitable or surplus material is deposited.

District - The Chesapeake Bay Bridge and Tunnel District.

District Representative - The Engineer's authorized representative assigned to make detailed inspections of the Contract performance.

Employee - Any person working on the Project specified in the Contract, who is under the direction or control or receives compensation from the Contractor or Subcontractor. Engineer - The Executive Director of the Chesapeake Bay Bridge and Tunnel District, who acts directly or through his duly authorized representative. The representative acts within the scope of the particular duties assigned him or the authority given to him.

Equipment - Machinery, tools, and other apparatus, together with the necessary supplies for the upkeep and maintenance, that are necessary for the proper construction and acceptable completion of the work.

Executive Director - The Chief Executive Officer and Administrator of the Chesapeake Bay Bridge and Tunnel District acting for and on behalf of the Chesapeake Bay Bridge and Tunnel Commission.

Extra Work - An item of work that is not provided for in this Contract as awarded but that is found to be essential to the satisfactory fulfillment of the Contract within its intended scope.

Falsework - Temporary construction work on which a main work is wholly or partly built and supported until the main work is strong enough to support itself .

Page 35: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-5

Force Account Work - Prescribed work of a contractual status performed by the Contractor and compensated for as specified in Section 109.03.

Formwork – A temporary structure or mold used to retain the plastic or fluid concrete in its designated shape until it hardens. Formwork shall be designed to resist the fluid pressure exerted by plastic concrete and additional fluid pressure generated by vibration and temporary construction loads. Furnish – Supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation and similar operations.

Gage - U.S. Standard Gage

General Provisions - Directions, provisions and requirements set forth which dictate the final contractual intent for the work involved. The General Provisions included herein take the place of the 2016 Road and Bridge Specifications.

Holidays - The days specifically set forth in Section 105.05 of these General Provisions.

Inspector - Another term for District Representative who is assigned to make detailed inspections of the Contract performance. Install – Operations at the Project site including the unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.

Joint Venture - Two or more individuals, partnerships or corporations, or combinations thereof, joining together for the purpose of bidding on and constructing a project.

Liquidated Damages - Compensatory damages as set forth in the Contract, paid by the Contractor to the District when the Contractor fails to complete the Project within the time frame specified in the Contract. These damages include, but are not limited to, additional costs associated with administration, engineering, supervision and inspection of the Project. The District and the Contractor assert that these compensatory damages do constitute liquidated damages, are not penalties, and have been agreed to by them in advance in consideration of the terms of the Contract.

Materials - Any substances (which include equipment for incorporation into the work other than equipment defined as Contractor operating machinery) specified for use in the construction of the Project and its appurtenances.

Notice to Proceed - A written notice to the Contractor of the date on which the prosecution of the work shall begin.

Pay Item - A specifically described unit of work for which a price is provided in the Contract.

Page 36: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-6

Payment Bond - The security furnished to guarantee to the District the payment of all persons supplying labor and materials in the prosecution of the subcontracted work.

Performance Bond - Bond of the Contractor in which a surety guarantees to the District that the work will be performed in accordance with the Contract Documents. Plans - The approved Plans and standard drawings, profiles, typical cross sections, computer output listings, supplemental drawings or exact reproductions thereof, and all subsequent approved revisions thereto that show the location, character, dimensions, and details of the work specified in the Contract. Prequalification – The procedure used to assure the District of the Contractor’s ability to perform the work, experience in similar work, and sufficiency of equipment to accomplish the work, and that the Contractor’s financial resources will permit financing the work. Product – The materials or equipment to be furnished and/or installed according to the Contract Documents. Project – The work specified that is to be performed in the Contract. Proposal - The document sent by the District to prospective pre-qualified Proposers that describes the work for which Proposals will be accepted; includes the official form on which the District requires Proposals to be submitted for the work described. Proposal Guaranty – See Bid Bond.

Provide – Furnish and install, complete, tested and ready for the intended use. Special Provision - A document which sets forth any special requirements for this Project, such as special directions, provisions, or requirements peculiar to the Project under consideration, and not otherwise thoroughly or satisfactorily detailed as set forth in these General Provisions.

Specialty Item - An item of work designated as “Specialty Item” in the Bid and limited to work that requires highly specialized knowledge, craftsmanship, or equipment not ordinarily available in contracting organizations pre-qualified to Bid, and usually limited to minor components of the overall Contract.

Specifications - The general term comprising all the directions, provisions, and requirements contained herein and those that may be added or adopted as Technical Specifications or Special Provisions. All are necessary for the proper fulfillment of the Contract.

Page 37: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-7

Standard Specifications – 2016 Virginia Department of Transportation Road and Bridge Specifications. Station – When used as a definition or term of measurement, 100 linear feet.

Subcontractor - Any individual, partnership, corporation or joint venture to whom the Contractor, with the written consent of the District, subcontracts part of the Contract.

Superintendent - The representative of the Contractor who is authorized to receive and fulfill instructions from the Engineer and who supervises and directs the construction.

Surety - A corporate entity bound with and for the Contractor for full and complete fulfillment of the Contract and for payment of debts pertaining to the work. When applied to the Bid Guaranty, it refers to the corporate body that engages to be responsible in the execution by the Bidder, within the specified time, of a satisfactory Contract and the furnishing of an acceptable payment and Contract bond.

Suspension - A written notice issued by the Engineer to the Contractor ordering work on a project to be stopped wholly or in part as specified. Such notice will include reason for suspension. Technical Specifications - The term comprising all the directions, provisions, and requirements of a technical nature, all of which are necessary for proper performance of the Contract.

Testing – Methods and procedures performed after installation of materials to verify performance as intended by the Contract Documents.

Work - The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient for the successful completion of the Project and the carrying out of all duties and obligations specified in the Contract.

Working Drawings - Shop drawings, catalog cuts, erection plans, stress sheets, falsework plans, bending diagrams for reinforcing steel, and all or any other supplementary plans, sketches or similar data that the Contractor is required to submit to the Engineer for review.

Work Order - A written order issued by the Engineer to the Contractor that specifies changes in the Plans or quantities or both, within the scope of the Contract and that establishes the basis of payment and time adjustments for the work affected by the changes.

Page 38: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-8

SECTION 102 - BIDDING REQUIREMENTS AND CONDITIONS Sec. 102.01 – Prequalification In order to bid on this Project, at the option of the District, Contractors and Subcontractors must be prequalified. The District will accept present prequalification by the Virginia Department of Transportation’s Rules and Regulations Governing Prequalification and Classification of Prospective Bidders (Form C-46, Rev. 2-99). Contractors proposing to Bid on building work must comply with the Virginia Contractors Registration Law, Title 54, Chapter 7, Code of Virginia of 1950, as amended. If a Contractor and/or Subcontractor is not prequalified by the Virginia Department of Transportation, and therefore not on the Prequalified Contractors List, the District may prequalify the Contractor and/or Subcontractor, provided all materials normally required for prequalification by the Virginia Department of Transportation are submitted to the District for review and approval. Prequalification may not be required for items noted in the Bid as “Specialty Items,” unless otherwise required in the Bid. The District may waive requirements for prequalification on any project as it deems in its best interest. Sec. 102.02 - Content of Bid Upon request, the District will furnish a Bid to any prospective Bidder at a cost of $100 each. The Bid will specify the location and description of the contemplated construction, the estimate of the various quantities and kinds of work to be performed or materials to be furnished, and a schedule of items for which unit Bid prices are invited. The Bid will specify the time in which the Work shall be completed and the date and time by which the Bids must be filed. The Bid will also include the Plans, General Provisions, Technical Specifications, Special Provisions and any other documents furnished by the District as part of this Work. Papers bound with or attached to the Bid will be considered a part of the Bid. Unless otherwise permitted herein, they shall not be detached or altered when the Bid is submitted. The contents of the submitted Bid shall include the Bid to the Chesapeake Bay Bridge and Tunnel District, Acknowledgement of Revisions, Bidder Certification and Prequalification (Form A), Status of Contracts on Hand, Contractor’s Bid to Sublet and the Non-Collusion Affidavit. Sec. 102.03 - Interpretation of Quantities in Bid Form The quantities appearing in the Bid form are approximate only. The Contractor will be paid for the quantities of work performed and accepted, and materials furnished in accordance with the requirements of the Contract. The scheduled quantities of work to be performed and materials to be furnished may be increased, diminished, or omitted as hereinafter provided. The Contractor shall include the latest dated Acknowledgment of Revision Sheet as part of the submission of the Bid when revisions are made to the Contract Documents prior to receipt of Bids. Revision sheets when applicable, that are not included with the Bid will be considered non-responsive and will be rejected.

Page 39: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-9

Sec. 102.04 - Examination of Contract Documents and Work Site The submission of a Bid will be considered conclusive evidence that the Bidder has examined the site of the proposed work and the Contract Documents before submitting a Bid and is satisfied as to the conditions to be encountered in performing the work in accordance with the requirements specified in the Bid. In the event a word, phrase, clause, or other portion of the Plans, Specifications, or other Contract Documents is alleged to be ambiguous, the Bidder shall timely follow the procedures outlined in the Instruction to Bidders. The District will not be responsible for any other explanations or interpretations of the Bid. If the Bidder fails to give written notice and request an interpretation of the alleged ambiguity within the specified time, the Bidder shall waive any right the Bidder may have to his own interpretation of the alleged ambiguity. The true meaning shall be in accordance with the interpretation by the District. Sec. 102.05 - Preparation of Bid The Bidder shall submit his Bid on the Bid form furnished by the District. The Bidder shall furnish a unit price or a lump sum price as called for in the Bid, in numerical figures, for each pay item listed. The Bidder shall also show the products of the respective unit prices and quantities written in numerical figures in the column provided for that purpose and the total amount of the Bid. All figures shall be written in ink or typed. In case of a discrepancy between the unit price and its extensions, the unit price shall govern. In the event of the omission of a unit price or a lump sum price, the Bid will be rejected. The Bid shall be signed in ink by the individual, one or more members of a partnership, or one or more of the officers of a corporation, whichever is applicable. For a joint venture, the Bid shall be signed in ink by each individual involved, each partnership through one or more of its members, or each corporation through one or more officers of the corporation, whichever is applicable. If the Bid is made by an individual, the name and address of the individual must be shown; if by a partnership, its name and address and the name and title of the partner signing the Bid must be shown; if by a corporation, the name of the corporation, its address, and the name and title of the officer signing the Bid must be shown; and if by a joint venture, the aforementioned information must be shown for each part of the joint venture. Sec. 102.06 - Irregular Bids Bids will be considered irregular and may be rejected by the District for any of the following reasons:

a. If the Bidder fails to comply with every detail in the “Instructions to Bidders”, the requirements of Sections 102.05 and 102.07, or with any requirements as may be specified in the Special Provisions.

Page 40: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-10

b. If the Bid is not completed in ink or typed.

c. If the Bid is not totaled.

d. If the Bid is not properly signed.

e. If erasures or alterations in the Bidder's entries thereon are not initialed by the

Bidder.

f. If there are unauthorized additions, conditional or alternate Bids, or irregularities of any kind which may make the Bid incomplete, indefinite or ambiguous.

g. If the Bidder adds any provisions reserving the right to accept or reject an Award

or enter into a Contract pursuant to an Award except as otherwise permitted in these Specifications.

h. If the unit prices contained in the Bid schedule are obviously unbalanced, either in

excess or below the cost analysis values as determined by the District. i. If Bids are submitted in envelopes showing a designation for a project other than

the Project for which the Bid is made.

j. If, in the opinion of the District, the Bid is in any other manner irregular or unresponsive.

Sec. 102.07 - Bid Guaranty All Bids exceeding $100,000 shall be accompanied by a guaranty in the form of a Bid Bond, payable to the Chesapeake Bay Bridge and Tunnel District, from a surety company selected by the Bidder, which is legally authorized to do business in the Commonwealth of Virginia, that if the Contract is awarded to such Bidder, that Bidder will enter into the Contract for the work. The amount of the Bid Bond shall be 5% of the amount Bid. No forfeiture under a Bid Bond shall exceed the lesser of (1) the difference between the Bid for which the bond was written and the next low Bid, or (2) the face amount of the Bid Bond. When the principal is a joint venture, each party thereof shall be named and shall execute the Bid Guaranty. Each surety to the Bid Bond shall be named and shall execute the Bid Bond. The Bid Bond shall be accompanied by a certified copy of the power of attorney for the surety’s attorney-in-fact. Sec. 102.08 - Material and Equipment Guaranty Before any Contract is awarded, the Bidder may be required to furnish a complete statement of the origin, composition and manufacture of any or all materials and/or equipment to be furnished

Page 41: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-11

and/or installed in the work, together with samples which may be subjected to the tests provided for in these Specifications to determine their quality and fitness for the work. Sec. 102.09 - Tolls Toll-free access across the Chesapeake Bay Bridge and Tunnel for the Contractor and his employees (including all Subcontractors) will be furnished by the District during the Contractor’s normal working hours while the work on this Project is in progress, and when such access is necessary and in conjunction with the completion of the work on this Project. No toll free access is provided for either personal travel or personal business. Sec. 102.10 - District Procurement Policy This Project is subject to the existing Chesapeake Bay Bridge and Tunnel District's Purchasing Policy, dated November 10, 2009, which is in conformance with the Virginia Public Procurement Act, both of which are considered part of this Contract. Sec. 102.11 - Disqualification of Bidder Any of the following may be considered by the District to be sufficient cause for the disqualification of a Bidder and rejection of the Bid: a. More than one Bid for the same work from an individual, a partnership, a corporation, or

a joint venture under the same or different name. A Bid submitted by an affiliate of an individual, partnership, corporation or any party of a joint venture will be considered as more than one Bid submitted for the same work.

Affiliate as used here is defined as: Any business entity which is closely associated to

another business entity so that one has the power to control the other either directly or indirectly; or, when a third party has the power to control both: or, where one business entity has been so closely allied with another through an established course of dealings, including but not limited to the lending of financial wherewithal or engaging in joint ventures, so as to cause a public perception that the two are one entity.

b. Evidence of collusion among Bidders. c. Incompetency or inadequate machinery, plants, or other equipment as revealed by the

Bidder’s financial and experience statements required by these Specifications. d. Unsatisfactory workmanship or progress as demonstrated by performance records of

current or past work for other agencies or departments of the Commonwealth of Virginia, or agencies or departments of other states in the United States or the federal government.

e. Failure to comply with any prequalification regulation of the District. A Bid from a non-

prequalified Bidder will be automatically rejected.

Page 42: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-12

f. Failure to cooperate properly with representatives of the District, or disorderly conduct toward any such representative.

g. Evidence that the Bidder has not conducted work in the past with due regard to the safety

of the public or its employees. h. Default under a previous contract. Sec. 102.12 - Delivery of Bid Each Bid shall be submitted in a sealed envelope with the Project Number, Bid Number, the name and address and telephone number of the Prequalified Bidder, and the Bid opening date clearly marked on the outside of the envelope. Bids shall be submitted to the Chesapeake Bay Bridge and Tunnel District, 32386 Lankford Highway, Cape Charles, VA 23310, Attention: Mr. Robert E. Johnson, Director of Maintenance. Bids shall be filed prior to the time and at the place specified in the Instructions to Bidders. Bids received after that time will be returned to the Bidder unopened. The date for the opening of Bids may be deferred by the District, in which case the Bidders will be notified. Express Delivery to the above address is typically delivered late in the day and past the usual bid submission deadline. Sec. 102.13 - Withdrawal of Bid A Bidder may withdraw a Bid provided that the request for the withdrawal is written and signed by a person(s) who qualifies to execute the Bid in accordance with Section 102.05. The request must be received by the District at least one (1) hour prior to the time specified for receiving Bids.

SECTION 103 - AWARD AND EXECUTION OF CONTRACT Sec. 103.01 - Consideration of Bids After Bids have been opened and read, they will be compared on the basis of the summation of the products of the approximate quantities shown in the Bid schedule and the unit Bid prices. The District may correct arithmetical errors in the Bid prior to such comparisons. The District reserves the right, in its sole discretion, to reject, reschedule, or cancel the solicitation of any or all Bids, to waive technicalities for any or every Bidder, to accept or reject any or all items of Bid, to accept other than the lowest Bid based upon the aforementioned criteria, to advertise for new Bids, or proceed to do the work otherwise if it deems that the best interest of the District would be promoted thereby.

Page 43: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-13

Sec. 103.02 - Award of Contract If the Contract is awarded, the Award will be made to the lowest responsive and responsible Bidder. In determining the successful Bidder, the following factors shall be considered: a. Contract Bid price. b. Ability, capability, and skills of the Bidder to perform the Contract Work. c. Whether the Bidder can perform the Contract Work promptly and within the time frame

specified. d. The character, integrity, reputation, judgment, experience, and efficiency of the Bidder

and his proposed Subcontractors.

e. The quality of performance of previous contracts. f. The financial resources and ability of the Bidder to perform the Contract Work. g. Ties between two lowest responsible and responsive Bidders will be decided by lot. h. The ability of the Bidder to provide future warranty work as specified in the Contract

Documents.

The successful Bidder will be notified in writing that the Bid has been accepted and that subject to the following conditions, the Bidder will be the Contractor. An approved Contract executed by the District is required before the District is bound. An Award may be cancelled any time by the District prior to execution in order to protect the public interest, the integrity of the bidding process or for any other reason if, in the judgment of the District, the best interests of the District will be promoted thereby. The Award Date will not be later than midnight of the 60th day after the opening of the Bids, except by mutual consent of the District and the Bidder as set forth below. If the District has not awarded the Contract within this period, the Bidder, upon written request, may withdraw the Bid without penalty or prejudice unless the time limit is extended by mutual consent of the District and the Bidder. If the Bidder withdraws the Bid due to conditions as prescribed herewith, the District reserves the right to either re-advertise and re-bid the Contract, award the Contract to the next lowest responsible and responsive Bidder who does not withdraw the Bid, or otherwise proceed, as the District may decide. Sec. 103.03 - Cancellation of Award The District may cancel the Award of any Contract at any time before the execution of the Contract by all parties without liability to the District.

Page 44: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-14

Sec. 103.04 - Return of Bid Guaranty Bid Guaranties, except for the two lowest Bidders, will be returned immediately after the examination of Bids. The Bid Guaranties of the two lowest Bidders will be held by the District and will be returned within 5 days after a satisfactory performance bond has been furnished and the Contractor has been awarded and duly executed between all parties. When a Bidder withdraws his Bid prior to Award, after being selected as the low Bidder, the Bid Bond will be forfeited in accordance with the requirements of Section 11-57 of the Code of Virginia. Sec. 103.05 - Performance and Payment Bonds a. For all contracts exceeding $100,000 and within 15 Calendar Days after notification by

the District of being the successful Bidder, the successful Bidder shall furnish to the District the following bonds:

1. A performance bond in the sum of the Contract amount, conditioned upon the

faithful performance of the Contract, in strict conformity with Contract Documents.

2. A payment bond in the sum of the Contract amount. Such bond shall be for the

protection of the claimants who have and fulfill contracts to supply labor and materials to the prime Contractor to whom the Contract was awarded, or to any Subcontractors, in the prosecution of the work provided for in such Contract, and shall be conditioned upon the prompt payment for all such material furnished or labor supplied or performed in the prosecution of the work. "Labor and materials" shall include public utility services and reasonable rentals of equipment, but only for periods when the equipment rented is actually used at the site.

b. Each of such bonds shall be satisfactory in form and substance to the District and must be

executed by one or more surety companies selected by the Contractor which are legally authorized to do business in the Commonwealth of Virginia and which are otherwise acceptable to the District. In order to be considered properly executed, the bonds shall include authorized signatures and titles.

c. Such bonds shall be payable to the Chesapeake Bay Bridge and Tunnel District. d. Each of the bonds shall be filed with the Executive Director of the Chesapeake Bay Bridge and Tunnel District, 32386 Lankford Highway, Cape Charles, Virginia 23310. e. In lieu of a performance or payment bond, or both, a Contractor may furnish a certified

check or cash escrow in the face amount required for the respective bond. Such certified check shall be made payable to the Chesapeake Bay Bridge and Tunnel District, 32386 Lankford Highway, Cape Charles, VA 23310.

Page 45: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-15

Sec. 103.06 - Submissions Following Bid Approval Upon successful Bidder’s receipt from the District of notice of Bid acceptance, the Bidder will submit the following items within the time limits specified: a. Performance and Payment Bonds: Conforming to the requirements of Section 103.05. b. Affidavits and Documents: Affidavits and documents shall include those required to be

made a part of the Contract by any federal or state law in effect on the date of the Notice of Advertisement.

c. Insurance Certificates: The certificates shall be filed with the District within 15 Calendar

Days after notification of Award of the Contract in accordance with the provisions of Section 107.11. The certificates shall be executed by an approved and authorized insurance company as required by state law and shall cover the Contract it accompanies.

d. Progress Schedule: The Contractor shall submit a progress schedule setting forth the

Contractor’s proposed order of work and estimated completion times for the work items conforming to the requirements of Section 108.05. The schedule shall be submitted no later than 30 days after the specified date of Notice to Proceed.

Sec. 103.07 - Execution and Approval of Contract The Bid as submitted by the successful Bidder, including the documents specified in Section 103.06 and the Contract, shall constitute the Contract Documents upon submittal of the Contract bonds and insurance certificate and final execution by the District. Final execution of the Contract is effective after the documents contained in the Bid have been determined acceptable by the District, and the Bid has been signed by the District. No Contract shall be considered effective until it has been fully executed by all parties. Sec. 103.08 - Failure to Furnish Bonds or Certificates of Insurance Failure by the successful Bidder to furnish the District with acceptable bonds or Certificates of Insurance within fifteen (15) Calendar Days after being notified of the Award of the Contract, shall be just cause for the cancellation of the Award and forfeiture of the Bid Guaranty which shall become the property of the District, not as a penalty, but in liquidation of the damages sustained. The Contract may then be awarded to the next successful Bidder or the work may be re-advertised or constructed otherwise at the discretion of the District. No plea of mistake in the Bid shall be available to the Bidder for the recovery of his Bid Guaranty or in defense of action taken by the District as a result of the Bidders’ neglect or refusal to execute the Contract.

Page 46: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-16

SECTION 104 - SCOPE OF WORK Sec. 104.01 - Intent of Contract The intent of the Contract is to provide for the completion in every detail of the work described therein. Sec. 104.02 - Modification of the Contract The District reserves the right to make, in writing, at any time during the progress of the work, such changes in quantities and such alterations in the work as may be found to be necessary or desirable to satisfactorily complete the Project. Such changes in quantities and alterations shall not invalidate the Contract nor release the surety, and the Contractor agrees to perform the work as altered. If the alterations or changes in quantities significantly change the character of the work under the Contract, whether or not changed by any such different quantities or alterations, an adjustment, excluding anticipated profits, will be made to the Contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the Contractor in such amount as the Engineer may determine to be fair and equitable. In the event the altered or added work is of sufficient magnitude or complexity to require additional time to complete the Project, an adjustment in Contract Time will be made in accordance with the provisions of Section 108.07. At the option of the Engineer, the Contractor may be directed to accomplish the work on a force account basis in accordance with the requirements of Section 109.03. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered work will be paid for as provided elsewhere in the Contract. The term “significant change” shall be construed to apply only to the following circumstances: a. When the character of the work as altered differs materially in kind or nature from that

involved or included in the original proposed construction or b. When an item or work is increased or decreased more than 25 percent of the original

Contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original; Contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.

Sec. 104.03 - Extra Work The Contractor shall perform unforeseen work, for which there is no price included in the Contract, when the District deems it necessary or desirable in order to complete the work. The

Page 47: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-17

District and Contractor shall negotiate an equitable work order to cover such work. If unable to reach agreement, the work shall be performed in accordance with the provisions provided under Section 109.03. No claim for extra work will be allowed by the District unless such work is ordered in writing by the Engineer. Any such work or material which may be done or furnished by the Contractor without such written order first being given shall be at the Contractor’s risk and expense, and the Contractor hereby covenants and agrees that without such written order he shall make no claim for compensation for work or material so done or furnished. Sec. 104.04 - Maintenance During Construction Maintenance of Roadway or Structure: The Contractor shall maintain the work from the beginning of construction operations until final acceptance of the Project. This maintenance shall constitute continuous and effective work prosecuted day by day with adequate equipment and forces to the end that the roadway, structures, island surface, or other facilities, are kept in satisfactory condition at all times. The Contractor shall keep the portions of the facility being used by the public free from irregularities and obstructions of any character which might present a hazard or annoyance to traffic and in such condition that traffic will be adequately accommodated, and in such condition acceptable to the District. Failure on the part of the Contractor, at any time, to comply with these provisions will result in the Engineer or District Representative notifying the Contractor to comply with the required maintenance provisions. In the event the Contractor fails to remedy unsatisfactory maintenance immediately after receipt of such notice, the Engineer may proceed with adequate forces, equipment, and material to maintain the Project, and the entire cost of the maintenance, plus 25% for supervisory and administrative personnel, will be deducted from monies due the Contractor on his Contract. Sec. 104.05 - Cleanup Removal from the Project of rubbish, scrap material, and debris caused by the Contractor's personnel or construction operations shall be a continuing process throughout the course of the work so that the work site will present a neat, orderly, and workmanlike appearance at all times. The Contractor will not be allowed to waste any such rubbish or debris over the side of the bridges or trestles into the Chesapeake Bay, or other waters, nor unto the stone protection around the perimeter of the islands, nor unto any of the District's property. The Contractor indemnifies and holds the District harmless from all claims, costs and expenses (including, but not limited to, remediation or removal claims, costs and expenses and claims, costs and expenses resulting from injury to persons, property or the environment) in connection with any removal or disposal of any rubbish, scrap material or debris not otherwise complying with the requirements of this Section. Any claims, costs or expenses that are incurred by the District, may be deducted by the District for monies due the Contractor under the Project. Before final acceptance, all parts of the work, including all spaces occupied by, or affected by, the Contractor during the course of the Contract Work, shall be cleaned of any rubbish, surplus

Page 48: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-18

materials, equipment, incidentals, and temporary structures and appurtenances. All parts of the work shall be left in a neat and orderly condition. All costs in connection herewith shall be at the Contractor’s expense.

SECTION 105 - CONTROL OF WORK Sec. 105.01 - Authority of the Engineer During the prosecution of the work, the Engineer will answer all questions which may arise as to the quantity, quality, and acceptability of materials furnished and work performed; the rate of progress of the work; the interpretation of the Contract Documents; the acceptable fulfillment of the Contract by the Contractor; disputes and mutual rights between contractors; and compensation. The Engineer has the authority to suspend the work wholly or in part if the Contractor fails to correct conditions that are unsafe for the workers or the general public; or for failure to carry out provisions of the Contract. The Engineer may also suspend work for such periods as may be necessary due to emergencies on the facility or because of unsuitable weather affecting the safety of the general public in accordance with the provisions of Section 108.08; for conditions considered unsuitable for prosecution of the work; or for any other condition or reason deemed to be in the public interest. Sec. 105.02 - Plans and Working Drawings Plans consisting of general drawings and showing such details as are necessary to give an understanding of the work specified are furnished by the District. Except as otherwise shown on the Plans, dimensions shown on the Plans are measured in the respective horizontal or vertical planes. Dimensions that are affected by gradients or vertical curves shall be adjusted as necessary to accommodate actual field conditions and shall be specifically denoted on the working drawings. Where the Contract Work interfaces with the existing facility components, the Contractor is expected to field verify and otherwise apprise himself of actual field conditions that might affect his work. The Contractor shall furnish such working and detail drawings as may be required and as specified for this Project. Working and shop drawings shall not incorporate any changes from the requirements of the Contract unless the changes are specifically denoted, together with justification, and are approved in writing by the District. Seven (7) sets of such submittals shall be made to the District for review in sufficient time to allow for review, discussion and correction prior to beginning the work they reference. Each drawing submittal, including those of Subcontractors and suppliers, shall be stamped with the Contractor's approval indicating his review and concurrence with the working or detail drawing. Work performed and material ordered prior to review is at the Contractor's risk. One set will be returned to the Contractor duly marked with comments, or marked approved within 30 Calendar Days after receipt from the Contractor. If not marked approved, such submittals shall be revised as necessary by the Contractor and seven (7) revised sets, duly stamped by the Contractor, shall

Page 49: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-19

be resubmitted for District review and approval. Upon being marked approved, the Contractor shall submit to the District for distribution one reproducible and four prints of the approved submittals. Upon completion of the work, the Contractor shall supply the original approved submittals to the District. It is expressly understood that the review by the District of the Contractor's working drawings relates to the conformance with Contract Documents. Such review shall not be considered as authorization for any deviation from Plans or Specifications unless the deviation is specifically described including explicit supporting justification, nor will such review relieve the Contractor from responsibility for errors in such drawings. In the event working drawings, which define the change(s) initiated by the Contractor, require more than two (2) resubmissions or revisions, the cost of additional reviews by the District, the Engineer, or the Engineer's designated representative will be borne by the Contractor. The Contractor shall also submit copies of catalog cuts or similar product data following the same procedure outlined for working drawings. The Contractor may authorize the fabricator in writing to act for the Contractor in matters relating to working drawings. Such authorization shall have the force and effect of any other representative of the Contractor’s organization. The cost of working drawings furnished by the Contractor shall be included in the cost of appropriate Bid items. Sec. 105.03 - Coordination of Plans, General Provisions, Special Provisions and Technical Specifications The Plans, General Provisions, Special Provisions, Technical Specifications, and all supplementary documents are essential parts of the Contract. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of a discrepancy, the following will apply: a. Calculated dimensions, unless obviously incorrect, will govern over scaled dimensions.

b. Technical Specifications will govern over these General Provisions and the Standard

Specifications. c. Plans will govern over these General Provisions, Standard Specifications and Technical

Specifications. d. Special Provisions (if required) will govern over the Plans, General Provisions, Standard

Specifications and the Technical Specifications. The Contractor shall take no advantage of any apparent error, discrepancy, or omission in the Plans or Specifications. In the event the Contractor discovers such an error, discrepancy, or omission, he shall immediately notify the Engineer in writing. The Engineer will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the Contract.

Page 50: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-20

Sec. 105.04 - Cooperation by Contractor The Contractor shall give the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the District, representatives of the District, and other contractors, if applicable, in every way possible. The Contractor shall have on the Project at all times a competent superintendent capable of reading and understanding the Plans and Specifications and experienced in the type of work being performed who shall receive instructions from the Engineer or his authorized representatives. The superintendent shall understand and speak fluent English. The superintendent shall have full authority to execute the orders and directions of the Engineer without delay and supply promptly such materials, equipment, tools, labor, and incidentals as may be required. Sec. 105.05 - Holidays Work on Sundays, the below listed holidays, and the normal work day preceding and following these holidays will not be permitted without written permission from the Engineer: (1) January 1; (2) Easter; (3) Memorial Day; (4) July 4; (5) Labor Day; (6) Thanksgiving Day; and (7) Christmas Day. If any of these holidays occur on Sunday, the following Monday shall be considered as the holiday. If occurring on Saturday, the preceding Friday will be considered as the holiday. The District may waive, with written request within 72 hours, the restriction of working on days preceding and following the above listed holidays and Sundays when the Contractor’s operations have no effect on vehicular traffic, when determined by the District. Sec. 105.06 - Authority and Duties of the District Representative Representatives employed by the District are authorized to inspect all work performed and all material and equipment furnished. Inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials and equipment to be incorporated into the work. The District representative is not authorized to alter or waive the provisions of these Specifications or to make changes in the Plans. The District representative is placed at the site of the work to keep the District informed as to its progress and the manner in which it is being performed. He will endeavor to call to the attention of the Contractor any nonconformance with the Contract Documents. He is not authorized to make a final acceptance of the work or any part of it, to approve any operation or item, to issue instructions contrary to the Contract Documents, or to act as a foreman for the Contractor. The representative will have authority to reject defective work, material and equipment, and to suspend work which is being improperly performed, subject to the concurrence of the Engineer. Such inspection shall not relieve the Contractor of any obligation to furnish acceptable materials or to provide completed construction that is in strict accordance with the Plans and Specifications.

Page 51: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-21

The District representative will exercise additional authority only as may be delegated by the Engineer, who shall advise the Contractor in writing of such delegations of authority that will affect the work. Sec. 105.07 - Inspection of Work All materials and equipment and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. The Engineer and his appointed representative shall have ready access to machines and plant equipment used in processing materials, manufacturing equipment or placing materials. If the Engineer requests it, the Contractor, at any time before final acceptance of the work, shall remove or uncover such portions of the finished work as directed. After examination, the Contractor shall restore said portions of the work to the requirements of the Contract Documents. Should the work that is exposed or examined be acceptable, the uncovering or removing, and the replacing of the covering or making good the parts removed, will be paid for as extra work in accordance with Section 104.03. Should the work so exposed or examined be unacceptable, the uncovering or removing, and the replacing of the covering or making good the parts removed, will be at the Contractor's expense. Prior to beginning work, the Engineer and the Contractor will meet and the Engineer will establish an understanding with the Contractor concerning the stages of work and Contractor operations which will require inspection by the District. In order for the Engineer to schedule inspection of the work, the Contractor shall keep the Engineer informed of planned operations in accordance with Section 103.06(d). Accordingly, any work done, materials used or equipment installed without said supervision or inspection by a District Representative may be ordered removed and replaced at the Contractor's expense, unless the District Representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. When an inspection reveals that work has not been properly performed, the Contractor shall be so advised and shall immediately inform the District of his proposed plans, method and schedule for correcting such work, as well as when a re-inspection of such corrected work can be made. Any work which does not comply with the Contract Documents will be considered as unacceptable work. Such work shall be remedied or removed and replaced with acceptable work at the Contractor's expense. If the District informs the Contractor that certain work is unacceptable and is to be corrected, and the Contractor fails to comply, the District may cause the unacceptable work to be removed and replaced by others or by the District's own forces, and deduct the cost of such work from any monies due the Contractor.

Page 52: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-22

Sec. 105.08 - Removal of Unacceptable and Unauthorized Work Work that does not conform to the requirements of the Contract will be considered unacceptable work. Unacceptable work shall be remedied or removed immediately and replaced in an acceptable manner at the Contractor’s expense. The Engineer may accept the work at a reduced price when acceptance is considered to be in the best interest of the District. Work that is done contrary to the instructions of the Engineer, beyond the lines shown on the Plans or as designated by the Engineer except as specified herein, or without authority will be considered unauthorized and will not be paid for. Such work may be ordered removed or replaced at the Contractor’s expense. If the Contractor fails to comply immediately with any order of the Engineer made under the provisions of this section, the Engineer will have the authority to cause unacceptable work to be removed and replaced and unauthorized work to be removed and to deduct the cost from any monies due or to become due the Contractor. The Contractor shall not perform destructive sampling or testing of the work without written authorization of the Engineer. Unauthorized destructive sampling or testing will cause the work to be considered unacceptable. In the event the Contractor is granted authorization to perform destructive sampling or testing, the Engineer must approve the method and location of each test prior to beginning such sampling or testing. In addition, destructive sampling and testing shall be performed in the presence of the Engineer. The Contractor will not be entitled to any increase in time or payment regarding any work that must be removed, replaced, repaired, remedied, or uncovered if their costs are held to be expenses of the Contractor according to the terms of this Section. Sec. 105.09 - Acceptance

(a) Partial Acceptance: If at any time during the prosecution of the Project, the Contractor completes a unit or portion of the Project, such as work on a particular trestle, in its entirety, he may request that the Engineer make final inspection of such work. If the Engineer finds upon inspection that the work conforms to the requirements of the Contract, and that acceptance is in the best interest of the District, the work may be accepted as being completed, and the Contractor will be relieved of further responsibility for the work as specified in Section 107.07. Partial acceptance shall in no way void or alter any terms of the Contract. If any damage attributable to causes beyond the control of the Contractor is sustained by the accepted unit or portion of the Project, the Engineer may authorize the Contractor to

Page 53: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-23

make necessary repairs. In the absence of Contract prices covering the items of repair, the work will be paid for in accordance with the requirements of Section 109.03. (b) Final Acceptance: Upon receipt of written notice from the Contractor of presumptive completion of all work on the entire Contract, the Engineer will make an inspection. If all work specified in the Contract has been completed, the inspection will constitute the final inspection and the Engineer will make the final acceptance. The Contractor will be notified of final acceptance in writing within 5 days. If the inspection discloses that any work, in whole or in part, is incomplete or unacceptable, the Contractor shall immediately correct the deficiency. Upon completion or correction of the work, another inspection will be made that will constitute the final inspection. In such event, the Engineer will make the final acceptance and the Contractor will be notified of final acceptance in writing within 5 days. In any event, the Contractor shall maintain the Project until final acceptance except under conditions that may be specifically exempted.

Sec. 105.10 - Submission and Disposition of Claims Early or prior knowledge by the District of an existing or impending claim for damages could alter the plans, scheduling, or other action of the District or result in mitigation or elimination of the effect of the act objected to by the Contractor. Therefore, a written statement describing the act of omission or commission by the District or its agents that allegedly caused damage to the Contractor and the nature of the claimed damage shall be submitted to the Engineer at the time of occurrence or beginning of the work upon which the claim and subsequent action are based. If such damage is deemed certain in the opinion of the Contractor to result from his acting on an order from the Engineer, he shall immediately take written exception to the order. In any case, the Contractor shall give written notice no later than 3 days after the alleged time of occurrence or before it begins the work on which the claim is based. Submission of a notice of claim as specified shall be mandatory. Such notices by the Contractor shall not, in any way, be construed as providing or proving the validity of the claim. Failure to submit such notice within the time limits specified herein shall be a conclusive waiver to such claim for damages. An oral notice or statement will not be sufficient nor will a notice or statement after the event. At the time of occurrence or prior to beginning the work, the Contractor shall furnish the Engineer an itemized list of materials, equipment and labor for which additional compensation will be claimed. Only actual cost for materials, equipment and labor will be considered. The Contractor shall afford the Engineer every facility for keeping an actual cost record of the work. The Contractor and Engineer shall compare records and bring them into agreement at the end of each day. Failure on the part of the Contractor to afford the Engineer proper facilities for keeping a record of actual costs will constitute a waiver of a claim for such extra compensation, if so judged by the District, except to the extent that it is substantiated by the Engineer’s records. The filing of such notice by the Contractor and the keeping of cost records by the Engineer shall in no way establish the validity of the claim. The District may, at its discretion, if such claim is deemed to be justified, and by mutual agreement with the Contractor, settle the claim whereupon no further disposition will be made.

Page 54: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-24

If the Contractor’s claim contains data furnished by the Contractor that cannot be verified by the District’s records, the data shall be subject to a complete audit by the District or its authorized representative if they are to be used as a basis for claim settlement. Upon completion of the Contract, the Contractor may, within 60 days from the time the final estimate is paid, submit to the District a written claim, an original and three legible copies, for the amount he deems he is entitled to under the Contract. For the purpose of this section, the final estimate date shall be that date set forth in a letter from the Engineer to the Contractor at the time the final estimate is submitted to the District for vouchering. The claim shall set forth the facts upon which the claim is based. The Contractor shall include all pertinent data and correspondence that may substantiate the claim. Only actual cost for materials, labor and equipment will be considered. Within 90 days from the receipt of the claim, the District will make an investigation and notify the Contractor by registered mail of its decision. However, by mutual agreement, the District and the Contractor may extend the 90-day period for another 30 days. If the Contractor is dissatisfied with the decision, he shall notify the Executive Director in writing within 30 days from receipt of the District’s decision, that he desires to appear, whether in person or through counsel, and present additional facts and arguments in support of the claim. The Executive Director will schedule and meet with the Contractor within 30 days after receiving the request. However, the Executive Director and the Contractor, by mutual agreement, may schedule the meeting to be held after 30 days but before the 60th day from the receipt of the Contractor’s written request. Within 45 days from the date of the meeting, the Executive Director will investigate the claim, including the additional facts presented, and notify the Contractor in writing of his decision. However, the Executive Director and the Contractor, by mutual agreement, may extend the 45-day period for another 30 days. If the Executive Director deems that all or any portion of a claim is valid, he shall have the authority to negotiate a settlement with the Contractor subject to the provisions of Section 2.1-127 of the Code of Virginia 1950 as amended. Any monies that become payable as the result of claim settlement after payment of the final estimate will not be subject to payment of interest unless such payment is specified as a condition of the claim settlement.

SECTION 106 - CONTROL OF MATERIAL AND EQUIPMENT Sec. 106.01 - Source of Supply and Quality Requirements The materials and equipment used throughout the work shall conform to the quality requirements of the Contract. Except as otherwise specified, all materials, equipment, and components shall be new. At least ten days prior to start of work, the Contractor shall file a written statement with the District listing the origin, composition and manufacture of all materials and equipment proposed for use in the work. The Contractor’s statement shall identify all items or component materials. When optional materials and equipment are included in the Contract, the Contractor shall advise the Engineer in writing of the specific materials and equipment selected and thereafter shall use

Page 55: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-25

such materials and equipment throughout the Project, unless otherwise authorized in writing by the Engineer. Before approval of any optional material and equipment, the Contractor shall submit details, catalog cuts, or other data as required in Section 105.02. Equipment and material guaranties or warranties that are normally given by a manufacturer or supplier, or are otherwise required in the Contract, shall be obtained by the Contractor and assigned to the District in writing before termination of the Contractor’s responsibilities as specified in Section 108.13. The Contractor shall also provide an in-service operation guaranty for at least 12 months, beginning on the date of acceptance, on all mechanical and electrical equipment and related components. Sec. 106.02 - Samples, Tests, and Cited Specifications Materials may be inspected and tested by the Engineer before and during incorporation in the work. However, the inspection and testing of such material shall not relieve the Contractor of the responsibility for furnishing material that conforms to the Specifications. The Engineer may retest all materials that have been accepted at the source of supply after delivery and may reject those that do not conform to the Specifications. Stored material may be re-inspected prior to use. Work in which untested materials are used without the written permission of the Engineer may be considered unacceptable. Unless reference is made to a specific dated specification, references in these Specifications to AASHTO, ASTM, VTM, and other standard test methods and materials requirements shall refer to either the test specifications that have been formally adopted or the latest “interim” or “tentative” specifications that have been published by the appropriate committee of such organizations as of the date of the Notice of Advertisement. Unless otherwise indicated, tests for compliance with specification requirements will be made by and at the District’s expense except that the cost of retests, exclusive of the first retest, shall be borne by the Contractor. Samples shall be furnished by the Contractor at his expense, and those that are not tested by the Contractor will be tested by a representative of the District. In lieu of testing, the Engineer may approve the use of materials based upon the receipt of a certification furnished by the Contractor from the manufacturer. However, furnishing the certificate shall not relieve the Contractor of the responsibility for furnishing materials that conform to the Specifications. The Contractor shall retain and maintain copies of all written test reports and results (including written test reports and results relating to failed and/or nonconforming tests), measurements and samples for a period of at least three years following final acceptance of the Project. Upon the District’s request, the Contractor will provide the District with copies of any of these documents or access thereto, and will not dispose of them without first offering them to the District at no cost. Notwithstanding the District’s receipt of any such test reports, measurements or samples, the District is under no obligation to review them or maintain them if they have been provided to the District. The receipt by the District of such test results, measurements or samples will not in any way modify in any adverse manner the District’s rights or remedies, or the Contractor’s obligations with respect to the work or the Project.

Page 56: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-26

Sec. 106.03 - Plant Inspection The Engineer may inspect materials at the source. If plant inspection is undertaken the following conditions shall be met: a. The Engineer shall have the cooperation and assistance of the Contractor and producer of

the materials. b. The Engineer shall have full access to all parts of the plant that concern the manufacture

or production of the materials being furnished. c. Adequate safety measures shall be provided and maintained. Sec. 106.04 – Storing Materials Materials shall be stored in a manner so as to ensure the preservation of their quality and fitness for the work. When considered necessary by the Engineer, materials shall be stored in weatherproof buildings on wooden platforms or other hard, clean surfaces that will keep the material off the ground. Materials shall be covered when directed by the Engineer. Stored material shall be located so as to facilitate its prompt inspection. Approved portions of the right of way may be used for storage of material and equipment and for plant operations. However, equipment and materials shall not be stored within the clear zone of the travel lanes open to traffic. Additional required storage space shall be provided by the Contractor at his expense. Private property shall not be used for storage purposes without the written permission of the owner or lessee. Copies of the written permission shall be furnished to the Engineer. Upon completion of the use of the property, the Contractor shall furnish the Engineer a release signed by the property owner indicating that the property has been satisfactorily restored. Sec. 106.05 - Unacceptable Materials Materials not conforming to the requirements of the Specifications shall be considered as unacceptable and all such materials, whether in place or not, will be rejected and shall be removed from the Project, unless otherwise approved by the Engineer. In the event it is not practical for the Contractor to remove rejected material from the Project immediately, the Engineer will mark such material for identification. Rejected material, whose defects have been corrected, shall not be used until approval has been given by the Engineer.

SECTION 107 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Sec. 107.01 - Laws To Be Observed The Contractor shall keep fully informed of all Federal, State, and local laws, by-laws, ordinances, orders, decrees and regulations of the governing bodies, courts and agencies having any jurisdiction or authority that affects those engaged or employed on the work, the conduct of

Page 57: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-27

the work, or the execution of any documents in connection with the work. The Contractor shall observe and comply with such laws, ordinances, regulations, orders or decrees and shall indemnify and hold harmless the District and its representatives against any claim for liability arising from or based on the violation of any such laws, ordinances, regulations, orders or decrees, whether by the Contractor or the Contractor's employees or Subcontractors. The Contractor shall execute and file the documents, statements and affidavits required under any applicable Federal, State or local law or regulation affecting the Contractor's Bid, Contract or prosecution of the work thereunder. The Contractor shall permit examination of any records made subject to such examination by any Federal or State law or by regulations promulgated thereunder by any State or Federal agency charged with the enforcement of such law. In accordance with Title 2.2, Subtitle II, Part B, Chapter 43, Article 4 of the Code of Virginia (Virginia Public Procurement Act), the Contractor shall make payment to all Subcontractors, as defined in the Code, within 7 days after receipt of payment from the District; or, shall notify the District and Subcontractor in writing of the intention to withhold all or part of the amount due along with the reason for nonpayment. In the event payment is not made as noted, the Contractor shall pay interest at the rate of one percent per month, unless otherwise provided in the Contract, to the Subcontractor on all amounts that remain unpaid after seven days except for the amounts withheld as provided herein before. These same requirements shall be included in each subcontract and shall be applicable to each lower-tier Subcontractor. Sec. 107.02 - Sanitary Provisions The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements of the State and local Boards of Health, or other bodies or tribunals having jurisdiction. Sec. 107.03 – Patented Devices, Materials, and Processes If the Contractor employs any design, device, material, or process covered by a patent or copyright, he shall provide for its use by obtaining a legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the District, any affected third party, or political subdivision from claims for infringement because of such use. The Contractor shall indemnify the District for costs, expenses, or damages resulting from infringement during prosecution or after completion of the work. Sec. 107.04 - Public Convenience and Safety The Contractor shall conduct the work to ensure the least possible obstruction to traffic. The Contractor shall provide for the safety and convenience of the traveling public using the

Page 58: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-28

Chesapeake Bay Bridge - Tunnel and the protection of persons and property as specified in Section 104.04. Sec. 107.05 – Construction Over or Adjacent to Navigable Waters The Contractor shall conduct the work on navigable waters so as to ensure the least possible obstruction to navigation and that the existing navigable depths will not be impaired except as may be allowed by a permit issued by the U.S. Coast Guard. The Contractor shall also provide and maintain temporary navigation lights and signals required by U.S. Coast Guard regulations for the protection of navigation. When the Engineer determines that the work has reached a point where such action may be taken, the channel(s) through the structure shall be promptly cleared of falsework, piling, or other obstructions placed therein or caused by the construction of the structure to the satisfaction of the Coast Guard. Sec. 107.06 – Barricades and Warning Signs The Contractor shall take all necessary precautions for the protection of the work and the safety of the public as described herein and in Sections 104.04 and 107.04 and also in Section 512 of the 2016 Road and Bridge Specifications. Barricades and warning devices shall be illuminated where required during darkness and low visibility. The Contractor shall erect warning devices in advance of a location on the Project where operations or obstructions may interfere with the use of the road by traffic and at all intermediate points where the new work crosses or coincides with an existing roadway. The Contractor shall maintain sign faces and reflective surfaces of warning devices in a clean and visible condition. Barricades, warning signs, lights, temporary signals, and other protective devices shall conform to the requirements of Section 512 of the 2016 Road and Bridge Specifications. Sec. 107.07 - Contractor's Responsibility for Work Until final acceptance of the work by the Engineer, in accordance with the provisions of Section 105.09, the Contractor shall have charge and care thereof and shall take every precaution against injury or damage to any part thereof by action of the elements or from any other cause. The Contractor shall rebuild, repair, restore, and make good all damages to any portion of the work occasioned by any of the foregoing causes before final acceptance and shall bear the expense thereof. The District may, in its discretion, reimburse the Contractor for repair of damage to work attributable to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor. In case of suspension of work from any cause, the Contractor shall be responsible for the Project and shall take such precautions as may be necessary to prevent damage to the work. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under the Contract, and shall take adequate precautions to protect new tree growth and other important vegetation growth against injury.

Page 59: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-29

Sec. 107.08 - Environmental Considerations The Contractor shall at all times conduct the work in such a manner to conform with the requirements under the Federal Water Pollution Control Act, the Clean Air Act, and any other regulatory agencies having jurisdiction. Pollutants such as chemicals, fuels, lubricants, bitumens, raw sewage, paint or other harmful waste, or any construction or waste materials may not be discharged into the Chesapeake Bay or any other waters, nor unto the Fishermans Island National wildlife areas nor unto any District property. Construction materials or waste materials from a construction or repair project may not be wasted into the waters. Sec. 107.09 – Personal Liability of Public Officials In carrying out any of the provisions of these Specifications or in exercising any power or authority granted to them by or within the scope of the Contract, there shall be no liability upon the members of the Commission, the Engineer, or their authorized representatives, either personally or as officials of the District. In all such matters, they act solely as agents and representatives of the District. Sec. 107.10 – No Waiver of Legal Rights The District shall not be precluded or estopped by any measurement, estimate, or certificate made either before or after final acceptance of the work and payment therefore from showing (1) the true amount and character of the work performed and materials furnished by the Contractor, (2) that any such measurement, estimate, or certificate is untrue or incorrectly made, or (3) that the work or materials do not conform with the provisions of the Contract. The District shall not be precluded or estopped, notwithstanding any such measurement, estimate, or certificate, and payment in accordance therewith, from recovering from the Contractor or his surety, or both, such damage as it may sustain by reason of his failure to comply with the terms of the Contract. Neither the acceptance by the District or any representative of the District nor any payment for or acceptance of the whole or any part of the work, nor any extension of time, nor any possession taken by the District shall operate as a waiver of any portion of the Contract or of any power herein reserved or of any right to damages. A waiver of any breach of the Contract shall not be held to be a waiver of any other or subsequent breach. Sec. 107.11 - Certificates of Insurance The Contractor will provide the District Certificates of Insurance providing the following:

a. Certification of insurance for a general liability policy, including products liability on an occurrence basis:

Combined Single Limit $1,000,000

General Aggregate Limit $2,000,000

Page 60: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-30

b. Certification of insurance for a Worker's Compensation Insurance policy, meeting the requirements of the Worker's Compensation Laws of the Commonwealth of Virginia.

c. Certification of Insurance for an automobile liability policy for vehicles used by

the Contractor in connection with the said Contract:

Combined Single Limit $1,000,000 General Aggregate Limit $2,000,000

SECTION 108 - PROSECUTION AND PROGRESS Sec. 108.01 – Subcontracting No portion of the Contract shall be subcontracted or otherwise disposed of without the written consent of the Engineer. The Contractor shall perform, with his own organization, work amounting to not less than 50% of the total Contract cost, except that any items designated in the Contract as “Specialty Items” may be performed by subcontract and the cost of any “Specialty Items” so performed may be deducted from the total Contract cost before computing the amount of work required to be performed by the Contractor with his own organization. The Contractor shall submit to the Engineer for approval, no later than 15 days after receiving notice of Award of the Contract, his complete list of all proposed Subcontractors, consultants, manufacturers and suppliers. Unless otherwise specified, the Contractor will not be permitted to sublet any part of the Contract Work to a contractor who is not pre-qualified with the District, in accordance with Section 102.01. Changes shall not be made without prior notification and approval of the Engineer. Consent to subcontract or otherwise dispose of any portion of the Contract Work shall not relieve the Contractor of any responsibility for the fulfillment of the entire Contract. Sec. 108.02 - Notice to Proceed The Engineer will issue the "Notice to Proceed" within 30 days after the execution of the Contract by the District. Contract Time will start on the date specified in the "Notice to Proceed," and work shall not begin prior to this date. In no case shall work begin before the Contract is executed by the District. The Contractor shall notify the Engineer in writing at least 3 days prior to the date on which he intends to begin work. Sec. 108.03 - Prosecution of Work The Contractor shall begin work within 10 days of the date specified in the Notice to Proceed. Work shall be conducted in such a manner and with sufficient materials, equipment, tools, and labor as are necessary to ensure its completion in accordance with the Plans and these Specifications within the time limit specified in the Contract and these Specifications. Once the Contractor has begun work, it shall be prosecuted continuously and to the fullest extent possible

Page 61: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-31

except for interruptions caused by weather or delays authorized or ordered by the Engineer. If approval is given to discontinue the work temporarily, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. Sec. 108.04 – Limitation of Operations The Contractor shall conduct the work in a manner and sequence that will ensure its expeditious completion with the least interference to traffic and shall have due regard for the location of detours and provisions for handling traffic. The Contractor shall not open any work to the prejudice or detriment of work already started. The Engineer may require the Contractor to finish a section of work before work is started on any other section. Sec. 108.05 - Progress Schedule The Contractor shall submit a progress schedule satisfactory to the Engineer prior to start of work, which shows the proposed order of work and indicates the time required for the completion of the items of work in the Contract. The schedule will be used as basis for establishing major construction operations, and as a check on the progress of the work. The progress schedule shall be duly executed by the Contractor after it has been accepted by the District. If conditions change that would require a change in the Contractor’s operations, or at the discretion of the District, the Contractor shall submit a revised progress schedule that has been mutually agreed upon. Also at the discretion of the District, as the Project may dictate, the Contractor may be required to submit monthly interim progress reports. The Contractor shall keep the District informed of planned or contemplated operations on a continuing basis. The Engineer shall be advised at least 24 hours in advance of any changes in planned operations or critical stages in the progress schedule. The review and acceptance by the District of the Contractor’s progress schedule shall in no way relieve the Contractor of his responsibility to complete the work within the Contract Time limit. Delays in work resulting from the Contractor’s failure to provide the progress schedule will not be considered just cause for extension of the Contract Time or for additional compensation. Sec. 108.06 - Character of Workers, Methods and Equipment For security reasons, all Contractor employees must carry positive photo identification, such as a Drivers License or Green Card and upon request by any District Official, shall present such identification. Workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special or skilled work shall have sufficient experience in such work and in operation of the equipment required to perform it properly and satisfactorily. Any person employed by the Contractor or by any Subcontractor who, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor

Page 62: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-32

or Subcontractor employing such person, and shall not be employed again on any portion of the work without the approval of the Engineer. If the Contractor fails to remove the person or fails to furnish suitable and sufficient personnel for proper prosecution of work, the Engineer may withhold all payments which are or may become due the Contractor and may suspend the work until the Contractor has complied with such request or orders. Equipment shall be of sufficient size and in such mechanical condition as to meet the requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the Project shall be such that no damage to the property of the District will result. The Engineer may order the removal and require replacement of any unsatisfactory equipment. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the Contract, the Contractor is free to use methods or equipment that he demonstrates to the satisfaction of the Engineer will accomplish the work in conformity with the requirements of the Contract Documents. When the Contract Documents specify that work be performed by use of particular methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than those specified in the Contract Documents, he may request permission from the Engineer to do so. The request shall be in writing and shall include a full description of methods and equipment proposed to be used and an explanation of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with Contract Documents. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not conform to the Contract Documents, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining construction with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the construction items involved nor the Contract schedule time as the result of authorizing a change in methods or equipment under these provisions. Sec. 108.07 - Determination and Extension of Contract Time Contract Time will be determined by the District and specified in the Contract in Calendar Days, or as a fixed date. No request for an extension of time will be considered that is based on any claim that the Contract period, as originally established, was inadequate. The Contract Time allowed in the Contract, as awarded, is based on the original quantities shown on the Bid. If satisfactory fulfillment of the Contract, with extensions and increases, authorized under Sections 104.02 and 104.03 requires the performance of work in greater quantities than those set forth in the Bid, the Contract Time allowed for performance may be increased using one of the following methods selected at the discretion of the District:

1. The extra time allowances as agreed upon and set forth in the extra work order that covers the additional work.

Page 63: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-33

2. The same ratio that the total cost of work actually performed shall bear to the total cost shown in the Bid schedule.

During the prosecution of the work, the Contractor shall identify the causes for any delays experienced due to conditions which he deems to be beyond his control, and shall identify the particular construction operations affected, as well as the significant dates which encompass the periods of delay. The timely submission to the Engineer of such information is essential for the District to make an adequate evaluation of any subsequent claim received from the Contractor for an extension of the Contract Time. If the Contractor has not completed the work within the Contract Time limit or as extended in accordance with the requirements of this Section, he may make a written claim to the Engineer for an extension of time setting forth the reasons he believes will justify granting the claim. All claims for extension of time shall be submitted not later than 60 days following the end of the Contract. If the Engineer determines that the Work was delayed because of conditions beyond the control of and without the fault of the Contractor, the Engineer may extend the time for completion as the conditions justify. The extended time shall then be in full force and effect the same as if it had been the original time for completion.

(a) Calendar Days: When the Contract Time limit is specified in Calendar Days, the time includes Sundays, holidays, and nonworking days. When the Engineer authorizes the suspension of work in whole or in part in accordance with the requirements of Section 108.08 and such suspension is not attributable to any fault or negligence on the part of the Contractor, the Contract Time limit will be adjusted. The Contract Time limit may be adjusted on a day-for-day basis when the work is wholly suspended and on a prorated basis when the work is partially suspended.

To determine the number of Calendar Days chargeable to the Contract Time limit for work performed between the effective dates of a partial suspension order, the total dollar value of the Contract will be divided by the number of days in the Contract Time limit. The result shall be the dollar value of one day’s work. The dollar value of all work actually performed during a partial suspension period will be divided by the monetary value of one day’s work. The result, in days, will be charged against the Contract Time limit. In no case will the number of days charged be greater than the total number of Calendar Days between the effective dates of a partial suspension order. In determining the dollar value of work actually performed during a partial suspension period, the dollar value of adjustments made for work performed prior to the issuance of a partial suspension order and the dollar value of mobilization and stockpiled materials during the period will be excluded.

(b) Fixed Date: When the Contract Time limit is specified as a fixed date, the

Contractor shall take into consideration normal conditions considered unfavorable for the prosecution of the Work, and shall place sufficient workers and equipment on the Project to complete the work in accordance with the Contract Time limit.

Page 64: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-34

The Engineer may give consideration for extension of time when a delay occurs due to unforeseen causes beyond the control of and without the fault or negligence of the Contractor. However, consideration will not be given to extensions of time attributable to weather conditions or conditions resulting from weather. If there is a delay in the progress of the Work due to unforeseen causes described hereinbefore, and the delay extends the Contract Time limit into the period between November 30 of one year and April 1 of the following year and working conditions during such period are unsuitable for the completion of the Work, then consideration may be given to granting an extension of time that will encompass a suitable period during which such work can be expeditiously and acceptably performed.

When the Engineer determines that an extension of Contract Time will be made in accordance with the requirements of this Section, the daily dollar value to be used in computing time extensions resulting from monetary increases will be based on the number of days resulting from deducting 45 days from the number of days between the inclusive dates of the receipt of Bids and the fixed completion date.

At no time will the Contractor be entitled to any increased costs incurred by any such delays. Sec. 108.08 - Suspension of Work The District may suspend the Work wholly or in part by written order for such period deemed necessary due to unsuitable weather; to any condition which the District considers unfavorable for the suitable prosecution of the Work; failure of the Contractor to correct conditions deemed unsafe for workers or the general public; or failure of the Contractor to carry out the provisions of the Contract. Extension of the Contract Time which is a result of suspension orders will be determined in accordance with the requirements of Section 108.07. Suspensions of work due to the fault or negligence of the Contractor will not be just cause for an extension of Contract Time. If the performance of all or any portion of the Work is suspended or delayed by the Engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the Contractor believes that additional compensation and/or Contract Time is due as a result of such suspension or delay, the Contractor shall submit to the Engineer in writing a request for adjustment within 7 Calendar Days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. Upon receipt, the District will evaluate the Contractor’s request. If the District agrees that the cost and/or time required for the performance of the Contract Work has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the Contractor, its suppliers, or Subcontractors at any approved tier, and not caused by weather, the Engineer will make an adjustment (excluding profit) and modify the Contract in writing accordingly. The District will notify the Contractor of its determination whether or not an adjustment of the Contract is warranted.

Page 65: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-35

No adjustment of the Contract will be allowed unless the Contractor has submitted the request for adjustment within the time prescribed. No Contract adjustment will be allowed under this clause to the extent that the performance would have been suspended or delayed by any other cause, or for which an adjustment is provided for or excluded under any other term or condition of this Contract. Sec. 108.09 - Failure to Complete on Time Time is an essential element of the Contract, and it is important that the work be completed within the time specified. The cost of the District for the administration of the Contract, including engineers, inspection, traffic control, and supervision, will increase as the time required to complete the work is increased. For each Calendar Day that any work remains uncompleted, after the Contract Time specified for completion of the work, the District will assess liquidated damages against the Contractor. Liquidated damages, assessed in accordance with Section 108.10, at the rate applicable to the Contract for each day of additional time consumed, subject to such adjustments as provided in Section 108.07, will be deducted from any monies due the Contractor, not as a penalty, but as liquidated damages. Sec. 108.10 – Liquidated Damages The following Schedule of Liquidated Damages, representing the cost of administration, engineering, supervision, inspection and other expenses, will be charged against the Contractor for each Calendar Day beyond the Contract Time in which the Contract remains in an incomplete state:

Schedule of Liquidated Damages

Original Contract Amount in Dollars Daily Charge in Dollars

Plus – 100,000 175 100,000 – 500,000 350 500,000 – 2,000,000 600 2,000,000 – 8,000,000 1000 8,000,000 – 15,000,000 1100 15,000,000 – Plus 1400 Sec. 108.11 - Default of Contract The Contractor may be declared in default if he: a. Fails to begin the work under the Contract within ten (10) days of the date stated in the

Notice of Proceed; or

Page 66: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-36

b. Fails to perform the work with sufficient workmen and equipment, or with sufficient materials to assure prompt completion of said work; or

c. Performs the work unsuitably or neglects or refuses to remove materials, or to perform

anew such work as may be rejected as unacceptable and unsuitable; or d. Discontinues the prosecution of the work; or e. Fails to resume work, which has been discontinued, within fifteen (15) days after notice

to do so; or f. Becomes insolvent, is declared bankrupt, or commits any act of bankruptcy or

insolvency; or g. Allows any final judgment to stand against him unsatisfied for a period of ten days; or h. Makes an assignment for the benefit of creditors; or

i. Fails to maintain insurance conforming to the requirements of the Contract; or j. For any other cause, whatsoever, fails to carry on the work or contractual obligations in

an acceptable manner. In the event any of the above conditions exist, the Engineer will give notice in writing to the Contractor and his surety of the delay, neglect, or default. If the Contractor or his surety, within a period of ten days after such notice, has not taken such measures that will, in the judgment of the Engineer, ensure satisfactory progress of the work or give assurances satisfactory to the Engineer that the provisions of the Contract will be fully carried out and instructions complied with, the District may then, or at any time thereafter, take the prosecution of the work out of the hands of the Contractor, declaring him in default thereon and, without violating the Contract, call upon the Contractor’s surety for the satisfactory and expeditious completion of all work thereunder, or may otherwise terminate the Contract. In the event the Contractor is declared in default, all subsequent payments will be made to the surety, and further negotiations will be made with the surety. If the Contractor's surety fails or refuses to proceed with the work and make satisfactory progress thereon, in accordance with the instructions of the District, the District will appropriate and use any or all materials and equipment on the Project site as are suitable and acceptable, and will enter into an agreement with others for the completion of the work in accordance with the terms and conditions of the Contract, or he will use such other methods as will, in his opinion, be necessary and required for the completion of the Contract in an acceptable manner. All costs and charges incurred by the District, including the cost of completing the work under the Contract, will be deducted from any monies due, or which will become due the Contractor and his surety. If the expense so incurred by the District is less than the sum which would have

Page 67: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-37

been payable under the Contract if it had been completed by the Contractor, the Contractor and his surety will be entitled to receive the difference. Should such expense exceed the sum which would have been payable under the Contract, the Contractor and his surety shall be liable for and shall pay the District the amount of such excess. Sec. 108.12 - Termination of Contract (a) Conditions for Termination: The District may terminate the Contract or any portion

thereof because of any of the following conditions:

1. default 2. national emergency 3. action by the District, U.S. government, or court order 4. conditions beyond the control of the District

(b) Provisions of Termination: Termination will be in accordance with the following:

1. Disturbed areas shall be promptly placed in an acceptable condition as directed by the Engineer. Payment for such work will be made at the Contract unit prices or, in the absence of Contract unit prices, in accordance with the requirements of Section 104.03, or at the option of the Engineer, in accordance with the requirements of Section 109.03.

2. Payment will be made for the actual number of units or items of work completed at the Contract unit price, or as mutually agreed, for items of work partially completed. No claim for loss of anticipated profits will be considered, and the provisions of Section 104.02 will not apply.

3. Reimbursement for organizing the work when not specified in the Contract and moving equipment to and from the job will be considered where the volume of work completed is too small to compensate the Contractor for these expenses under the Contract unit prices.

4. At the option of the Engineer, materials the Contractor obtains for the work that have been inspected, tested, and accepted by the Engineer and that have not been incorporated in the work may be purchased from the Contractor at actual costs as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer.

5. The termination of the Contract or a portion thereof shall not relieve the Contractor of his responsibilities for the completed work, nor shall it relieve his surety of its obligation for and concerning any just claims arising out of the work performed.

Sec. 108.13 - Termination of Contractor's Responsibility The Contract will be considered complete when all work has been finished, the final inspection made by the Engineer, assignment in writing of all guarantees and warranties as specified in Sec. 106.01, and the Project accepted by the District in accordance with Sec. 105.09. The Contractor will be notified in writing of the final acceptance and his responsibility shall then cease, except as set forth in his bond.

Page 68: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-38

SECTION 109 - MEASUREMENT AND PAYMENT Sec. 109.01 - Scope of Payment Payments to the Contractor will be made for the quantities of Contract Items, measured as specified in the Technical Specifications, and performed in accordance with the Contract Documents. If, upon completion of the work, these quantities show either an increase or decrease from the quantities shown in the Contract, the Contract unit prices shall still prevail, unless they have been modified by work orders. Quantities appearing in the Contract Documents are estimated quantities for the basic design shown on the Plans. With the approval of the District, the Contractor may elect to furnish design(s) other than shown on the Plans which may involve changes in quantities or the use of different materials. However, payment will be made for plan quantities only and in the units of measure shown for the basic design, unless the dimensions for the basic design would have had to be changed by authorized modification to conform to field conditions encountered. In this event, modified plan quantities will be used for pay quantities at Contract unit prices for the items listed in the Contract Documents. The Contractor shall accept compensation, as provided for in the Contract, as full payment for furnishing all material, labor, tools, equipment and incidentals necessary to complete the work and performing all work contemplated under the Contract; for all loss or damage arising from the nature of the work or from the action of the elements or any other unforeseen difficulties which may be encountered during the prosecution of the work; and, until its final acceptance by the District, for all risks of every description connected with the prosecution of the work; for all expenses incurred in consequence of the suspension of the work as herein authorized; for any infringement of patent, trademark, or copyright; and for the completion of the work in accordance with the Contract. The payment of any partial payment, prior to the final acceptance of the Project as provided for in Section 105.09, shall in no way affect the obligation of the Contractor to repair or renew any defective parts of the construction or to be responsible for all damages attributable to such defects. Sec. 109.02 - Compensation for Altered Quantities When the accepted quantities of work vary from the estimated quantities set forth in the Contract, but such variance is within the percentage limits set forth in Section 104.02 whether or not there have been any changes in Plans, the Contractor shall accept as payment in full, so far as Contract Items are concerned, payment at the original Contract unit prices for the accepted quantities of work performed. No allowance or other adjustment except as provided in Section 104.02 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor resulting directly from either such alterations or unbalanced allocation among the Contract Items of overhead expense on the part of the Contractor and subsequent loss of expected reimbursements therefor or from any other cause except the payment for the actual quantity done at the original Contract unit price.

Page 69: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-39

Alteration of Plans or of character of work involving extra work orders as provided in Section 104.02 will be paid for at the prices for such items set forth therein. If prices cannot be agreed upon, the Contractor shall proceed with the performance of the work on a force account basis in accordance with the provisions of Section 109.03. Sec. 109.03 - Extra and Force Account Work Extra work performed in accordance with the requirements and provisions of Section 104.03 will be paid for at the agreed-upon unit prices or lump sum as specified in the extra work order or, in lieu of such agreement, the District may then require the Contractor to do such work on a force account basis with compensation in accordance with the following.

a. Labor: The Contractor will receive the rate of wage (or scale) as set forth in his most recent payroll, unless otherwise approved, for each classification of laborers, foremen, and/or superintendent(s) who are in direct charge of the specific operation. The time allowed for payment will be the number of hours that such workers are actually engaged in the work. In the event overtime work is authorized, payment will be at the normal overtime rate set forth in the Contractor's most recent payroll. In the event the class of labor needed has not been employed on the Project, mutually agreed upon rates will be established. However, the rates shall be not less than those predetermined for the Project, if applicable. An amount equal to 45 percent of the approved force account payroll will be included in the payment for labor to cover administrative cost, profit, and benefits and/or deductions normally paid by the Contractor.

b. Insurance and Tax: The Contractor will receive an amount equal to 25 percent of

the approved force account payroll (exclusive of additives for administrative cost) as full compensation for property damage and liability, workmen's compensation insurance premiums, unemployment insurance contributions and social security taxes of force account work.

c. Materials: The Contractor will receive the actual cost of materials accepted by the

Engineer, delivered and used for the work, including taxes, transportation and handling charges paid by the Contractor (exclusive of labor and equipment rentals as herein set forth), to which 15 percent of the cost will be added for administration and profit. The Contractor shall make every reasonable effort to take advantage of trade discounts offered by material suppliers, and any discount received shall accrue to the District.

d. Equipment: The Contractor shall provide the Engineer a listing of all equipment to

be used in the work. For each piece of equipment, the list shall include the serial number; date of manufacture; location from which equipment will be transported; and, for equipment to be rented, the rental rate and name of company from which equipment is rented. The Contractor will be paid hourly rental rates for pieces of machinery, equipment, and those attachments necessary for prosecution of the work, which are approved for use by the Engineer. Hourly rental rates paid for

Page 70: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-40

equipment in use will not exceed 1/176 of the monthly rates of the schedule shown in the Rental Rate Blue Book and modified in accordance with the Blue Book Rate Adjustment Tables which are current at the time the force account is authorized. Adjustment factors or rate modifications indicated on area maps in the Blue Book will not be considered when determining acceptable rates. Hourly rental rates for equipment held-in-ready will be at 50 percent of the rate paid for equipment in use.

Payment will be made for the total hours equipment is in use. When equipment is in use less than 40 hours for any given week, and is held-in-ready, payment for held-in-ready time will be allowed for up to 40 hours, less hours in use. Payment will not be made for time equipment is on the Project in excess of 24 hours prior to its actual use in the force account work. An amount equal to the Blue Book estimated operating cost per hour will be paid for all hours equipment is in use. This operating cost shall be full compensation for fuel, lubricants, repairs, servicing (greasing, fueling, and oiling), small tools and other incidentals. No compensation will be paid for use of machinery or equipment not authorized by the Engineer. The rates for equipment not listed in the Blue Book schedule shall not exceed the hourly rate being paid for such equipment by the Contractor at the time of the force account authorization. In the absence of such rates, prevailing rates being paid in the area where the work is contemplated shall be used. If the Contractor does not possess or have readily available equipment necessary for performing the force account work and such equipment is rented from a source other than a company which is an affiliate of the Contractor, payment will be based on actual invoice rates, to which 15 percent of invoice cost will be added for administrative cost and profit. If the invoice rate does not include the furnishing of fuel, lubricants, repairs, and servicing, the invoice rate will be converted to an hourly rate and an amount equal to the Blue Book estimated operating cost per hour will be added for each hour the equipment is in use.

e. Miscellaneous: No additional allowance will be made for attachments which are

common accessories for equipment as defined in the Blue Book, general superintendents, office workers (timekeepers, secretaries) the use of small tools, or other costs for which no specific allowance is herein provided.

f. Compensation: The compensation set forth in this section shall be accepted by the

Contractor as payment in full for extra work performed on a force account basis. At the end of each day, the Contractor’s representative and the Inspector shall compare and reconcile records of the cost of work done as ordered on a force account basis.

If all or a portion of the force account work is performed by an approved Subcontractor, the Contractor will be paid 10 percent of the subcontract net force account costs, before additives are applied, to cover his profit and administrative cost. The amount resulting from such 10 percent additive will not be subject to any further additives. The itemized statements of costs as required by paragraph (g)

Page 71: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-41

herein shall be submitted in a form which separates the subcontract portions of the force account labor, materials and equipment from the other force account costs.

g. Statements: No payments will be made for work performed on a force account basis

until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows:

1. Payroll indicating name, classification, date, daily hours, total hours, rate and

extension of each laborer and foreman and/or superintendent.

2. Designation, dates, daily hours, total hours, rental rate and extension for each unit of equipment.

3. Quantities of materials, prices and extensions. 4. Transportation of materials.

Statements shall be accompanied and supported by invoices for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but taken from the Contractor's stock, then in lieu of the invoices, the Contractor shall furnish an affidavit certifying that such materials were taken from his stock, that the quantity claimed was actually used and that the price, transportation and handling claimed represent the actual cost to the Contractor. Sec. 109.04 - Eliminated Items Should any item(s) in the Contract be determined unnecessary for the proper completion of the work contracted, the District may, upon written notice to the Contractor, eliminate such item(s) from the Contract. Payment will not be made for such item(s) so eliminated, except that the Contractor will be compensated for the actual cost of any work performed for the installation of such item(s) and the net cost of materials purchased, including freight and tax costs, as evidenced by invoice. No additional compensation will be made for overhead or anticipated profits. Sec. 109.05 - Partial Payments Partial payments will be based upon a monthly progress estimate consisting of approximate quantities and value of work performed as determined by the Contractor and approved by the Engineer. When the method of measurement for a Contract item is in units of each or lump sum, the value of the work accomplished for partial payment will be determined on a pro rata basis. In order to establish a basis for partial payments for a lump sum item, the Contractor shall prepare and submit for the Engineer's approval a breakdown of all lump sum Bid items showing the values of work involved within said lump sum. The sum total of these values shall equal the lump sum price. Partial payments will be made once each month for the work performed, in accordance with the Contract requirements.

Page 72: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-42

The District will deduct an amount equivalent to 5% of the monthly progress payment and will retain such monies until final payment is made in accordance with the requirements of Section 109.06. The balance less all previous partial payments will be vouchered for payment. After 50% of the total contract value has been completed and 5% has been retained on this amount, the District will make the remaining partial payments in full provided the Contractor is maintaining a satisfactory rate of progress. Total contract value will be considered to mean the original amount of the Contract except when the Contract is increased or decreased by more than 25%, in which case the adjusted total will be considered as the total contract value. If the Contractor’s progress falls more than 10% behind the latest approved progress schedule, the progress will be considered unsatisfactory and the normal 5% retainage will be withheld for each month the Contractor is behind the progress schedule by more than 10%. When the dollar value of the Work completed has reached 90% of the total dollar value indicated on the Contractor’s latest approved progress schedule, the progress will be determined at the time of the monthly progress estimate by comparing the percentage of time used with the percentage of Work completed. When the percentage of time used exceeds the percentage of Work completed by more than 10%, the Contractor’s progress will be considered unsatisfactory and the normal 5% retainage will be withheld for each month the percentage of time used exceeds the percentage of Work completed by more than 10%. When the Engineer determines that the Contractor’s progress is considered satisfactory in accordance with these requirements, the remaining monthly progress estimate payments will be made in full. However, retainage previously withheld will not be released on subsequent monthly progress estimates. The District reserves the right to withhold the payments of any partial or final payment, or any sum or sums thereof from such a request in the event of the failure of the Contractor to promptly make payment to all persons supplying equipment, tools, materials, or for any labor used by the Contractor in the prosecution of the work provided for in the Contract, and for any other cause as determined by the Engineer. Sec. 109.06 - Final Payment When final inspection has been made by the District Representative and final acceptance has been given as provided in Section 105.09, the District will prepare the final statement of the quantity of various classes of work performed. The Contractor shall certify to the District that he has paid or made satisfactory arrangements for settling all bills for materials, labor, equipment, supplies, Subcontractors and other items entering into or used on the work and shall furnish other certificates and guaranties or warranties as are required by the District as a prerequisite to the issuance of final payment. Upon review of the final estimate by the Contractor and issuance of all required certificates, the Contractor will be paid the entire sum due after deducting all previous payments and other

Page 73: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-43

amounts to be retained or deducted under the provisions of the Contract. Final payments will become due and the final estimate vouchered for payment within 90 Calendar Days after final acceptance. Sec. 109.07 - Payment Upon District payment of the Subcontractor’s portion of the work as shown on the monthly progress estimate and the receipt of payment by the Contractor for such work, the Contractor shall make compensation in full to the Subcontractor. For the purposes of this provision, payment of the Subcontractor’s portion of the work shall mean that payment has been issued for that portion of the work that was identified on the monthly progress estimate for which the Subcontractor has performed service. If the Contractor fails to make payment to the Subcontractor within the time frame specified in Section 107.01, the Subcontractor shall contact the Engineer and the Contractor’s bonding company in writing. The Bonding Company and the District will insure payment in accordance with the requirements of Section 107.01 and Section 109.

SECTION 110 - MISCELLANEOUS PROVISIONS Sec. 110.01 - Construction Safety and Health Standards It is a condition of the Contract, and shall be made a condition of each subcontract entered into pursuant to the Contract, that the Contractor and any Subcontractor shall not require any worker employed in performance of the Contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to health or safety, as determined under construction safety and health standards promulgated by the U.S. Secretary of Labor in accordance with Section 107 of the Contract Work Hours and Safety Standards Act. The Contractor shall comply with the Virginia Occupational Safety and Health Standards adopted under Section 40.1-22 of the Code of Virginia and the duties imposed under Section 40.1-51.1 of the Code. Any violation of the requirements or duties that is brought to the attention of the Contractor by the Engineer or any other person shall be immediately abated by the Contractor. Sec. 110.02 - Non-Discrimination During the performance of this Contract, the Contractor agrees as follows:

a. The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin, except when religion, sex, or national origin in a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provision of this non-discrimination clause.

Page 74: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No: 2054.2099 Bid No: PTST-19-001

GP-44

b. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer.

c. Notices, advertisements, and solicitations placed in accordance with Federal law,

rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.

The Contractor will include the provisions of the foregoing Paragraphs a, b, and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each Subcontractor or vendor. Sec. 110.03 - Participation of Small Businesses & Businesses Owned by Women and Minorities In accordance with provisions set forth in the Virginia Procurement Act, the District endorses and encourages the use of minority owned contractors. For the Contractor’s information, a list of MBE, DBE, and WBE construction firms may be obtained from the Department of Minority Business Enterprise, 11th Floor, 200-202 North Ninth Street, Richmond, Virginia 23219. Sec. 110.04 – Drug-Free Workplace The following shall apply for every Contract over $10,000 in value: During the performance of this Contract, the Contractor agrees to (i) provide a drug-free workplace for the Contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each Subcontractor or Vendor.

For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific Contract awarded to a Contractor in accordance with these General Provisions, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the Contract. Section 110.05 – Employee Identification All employees shall be required to sign a blanket release form provided by the District authorizing the District to conduct an in-depth background investigation on all personnel working on the project. Additionally, a photo ID and a social security card or proper immigration identification, as appropriate, shall be provided by all employees for examination upon request by the District.

Page 75: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-201-1

TECHNICAL SPECIFICATIONS

SECTION 201

REMOVAL AND SALVAGE LUS PLATFORM PART 1 GENERAL

1.01 DESCRIPTION

A. This work shall include removing all structural elements related to the existing CNC-LUS platforms as well as removal of any existing cable trays to be upgraded.

B. Detach items from existing platforms and legally dispose of them off-site.

C. Unless otherwise indicated, demolition waste becomes property of Contractor

1.02 RELATED SPECIFICATIONS

A. Section 512 – Removal Salvage and Demolition of Electrical Equipment

PART 2 PRODUCTS

NONE

PART 3 EXECUTION

3.01 EXAMINATION

A. The Contractor shall survey existing conditions prior to selective demolition to determine the best means and methods to accomplish this work.

B. The Contractor shall notify the District if removing any structural element may result in deficiency or impact any adjacent structures during selective demolition operations.

C. The Contractor shall first remove, demolish and salvage all electrical and related equipment supported by the platform prior to removal of any platform structural elements.

Page 76: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-201-2

D. The Contractor shall conduct selective demolition and debris-removal operations in a manner to ensure minimum interference with roadway operations.

E. The Contractor shall use temporary barricades, supports, restraints, and other means necessary to prevent debris and material from falling into the water.

F. The Contractor shall make any necessary repair to the trestle area caused by removal of existing platforms or cable trays as directed at no additional cost to the District.

PART 4 MEASUREMENTS AND PAYMENT

4.01 MEASUREMENT

A. There will be no separate measurement for this section.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 77: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-401-1

SECTION 401

COMMUNICATIONS ENCLOSURE PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing a new Communications Node Cabinet (CNC) as shown on the Plans

B. The CNC and integrated equipment racks shall be capable of accepting the equipment as shown on the plans.

C. The Contractor shall furnish and install all necessary hardware needed for a functional system.

1.02 RELATED SPECIFICATIONS

A. Section 402 – HVAC System

B. Section 403 – Uninterruptable Power System

C. Section 506 – Communications Cabling and Infrastructure

1.03 SUBMITTALS

A. Comply with Division 1, Submittals.

B. Catalog cuts, standard drawings, and working drawings shall be submitted in sufficient detail to fully describe all components of the system including wiring diagrams, and certify their suitability to meet all Project requirements, including exposure to a marine environment.

C. All submittals provided shall meet requirements as listed in each Technical Specification. Any deviations from the Specifications shall be clearly marked as such.

1.04 PRODUCT DELIVERY, STORAGE AND HANDLING

A. The entire CNC including all subassemblies shall be fabricated and assembled off-site in such a way as to prevent damage during shipment.

B. Store materials under environmental conditions recommended by manufacturer to prevent damage.

C. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

Page 78: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-401-2

D. Only install materials within the range of environmental conditions per referenced installation standards or manufacturer’s recommendations.

1.05 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, non-compliance with Contract Documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

PART 2 PRODUCTS 2.01 GENERAL

A. Manufacturers: All material and equipment provided under this Specification shall be provided by Southern Manufacturing, or approved equal.

B. Dimensions: 78”H x 57” W x 25” D enclosure with sunshields

C. All external cabinetry enclosure material shall be NEMA 4X, fabricated from 12-gauge Stainless Steel 316 smooth polish finish. This includes all sheet metal, door handle, door cam, hinge and hardware

D. Designed for base mounting with closed bottom and optional riser

E. Interior fully lined with foil-faced, trapped air polyethylene, R8 insulation

F. Double front door with removable center post

G. Door handles, ¾” diameter, padlock capable, stainless steel

H. Latching 3-point door with nylon rollers for top and bottom strikers, a 3-position door stop rod (90, 120 & 180 deg.), continuous neoprene door gasket and continuous heavy duty 14-gauge stainless steel hinges with ¼ turn cam clips around the entire door perimeter.

I. Door switch brackets for both doors

J. Two (2) internal EIA-310 19” rack cages to accommodate equipment. One rack shall be equipped as shown on the plans with two (2) fixed shelves to accommodate the UPS batteries. Each shelf shall be able to support the load of two batteries.

Page 79: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-401-3

K. Sunshields, top, sides, doors, and back, 14-gauge stainless steel

L. Lifting eyes, heavy duty

2.02 POWER PANEL

A. Rack mounted and recessed, equipped and wired for: 1. 30A, 120 VAC, 3W, single phase power 2. Service entrance terminal block, 3P, #4 wire, 70A 3. Surge Suppressor Main Power, 120 VAC, 80 kA rated 4. Main Breaker 30A, single pole 5. AC / Heat Breaker, 20A, single pole 6. Auxiliary Breaker, 20A, single pole 7. UPS Breaker, 30A, single pole 8. Ground Bar, copper, located on back of power panel 9. Terminal Blocks, two, auxiliary, 4-position

10. One receptacle, 120 VAC, 20 amp, GFCI 11. Two receptacles, 120 VAC, 20 amp, duplex 12. Aluminum cover with silkscreen legend

PART 3 EXECUTION 3.01 INSTALLATION

A. Install units in accordance with manufacturer’s instructions as shown on Contract drawings.

B. Cut wires to proper length. Do not double back wires to take up slack. Provide service loops to facilitate the removal and replacement of assemblies, panels, and modules for maintenance. Secure cables with nylon cable clamps. Carry the grounded side of the electric service throughout the cabinet without a break. Label all wiring.

C. Incoming AC feeder circuit shall be wired directly to the Power Panel. Wiring containing line voltage AC will be routed and bundled separately and/or shielded from all low voltage, i.e., control circuits. Cover all conductors and live terminals or parts, which could be hazardous to maintenance personnel with suitable insulating material

D. Ground and bond racks/enclosures in accordance with TIA/EIA 607

Page 80: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-401-4

3.02 TESTING

A. Each CNC will be thoroughly tested as a unit and as part of the backbone network following the initial installation phase.

B. Each CNC will be thoroughly tested as a complete system with all equipment installed, integrated and fully functional as part of a trestle acceptance test.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 81: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-402-1

SECTION 402

HVAC SYSTEM PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing a new Heating, Ventilation and Cooling System (HVAC) unit as part of the CNC cabinets and consisting of:

1. Air Conditioner

2. Integrated Heater

3. Digital Thermostat Controls

B. The HVAC shall be mounted to and installed as part of the CNC cabinet to supply conditioned and temperature controlled air for the CNC equipment.

C. The Contractor shall furnish and install all necessary hardware needed for a functional system.

D. The CNC equipment cabinets with attached AC Units shall be installed at various locations on the bridge open to marine environment.

1.02 RELATED SPECIFICATIONS

A. Installation of the HVAC will require work as described in the following Specification Sections

1. Section 401 – Communications Enclosure

1.03 SUBMITTALS

A. Comply with Division 1, Submittals.

B. Catalog cuts, standard drawings, and working drawings shall be submitted in sufficient detail to fully describe all components of the system and certify their suitability to meet all Project requirements, including exposure to a marine environment.

C. HVAC hardware and software operations and maintenance manuals

D. All submittals provided shall meet requirements as listed in each Technical Specification. Any deviations from the Specifications shall be clearly marked as such.

Page 82: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-402-2

1.04 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Deliver materials in manufacturer’s original packages. Where materials are fabricated into sub-assemblies off-site, package the sub-assemblies in such a way as to prevent damage during shipment.

B. Store materials under environmental conditions recommended by manufacturer to prevent damage.

C. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

D. Only install materials within the range of environmental conditions per referenced installation standards or manufacturer’s recommendations.

1.05 STANDARDS

A. All UPS hardware shall be designed and constructed in complete conformance with the latest revision of all applicable standards including but not limited to: ANSI-C62.41, 62.45 IEEE-587, UL-1778, NFPA, OHSA and NEMA standards for such equipment. All installations shall also be in complete conformance with the requirements of NFPA 70 edition of The National Electric Code, in effect at the time of construction.

B. The enclosures for the CNC cabinets and AC units shall be rated a minimum of NEMA 4 X.

1.06 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, non-compliance with Contract Documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

PART 2 PRODUCTS 2.01 GENERAL

A. 6000 BTU/Hr. cooling capacity with active condensate evaporation system

B. 1,000W integral heating package. The heat system shall be incorporated

Page 83: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-402-3

into the evaporator section of the air conditioner to utilize the evaporator blower for both cooling and heating.

C. Digital Controller. The heating and cooling systems shall utilize a programmable digital controller with the ability to set upper and lower limits for cooling and heating and a programmable dead band to prevent simultaneous operation of both cooling and heating. The temperature set points can be field adjusted in one degree increments. Default settings shall be 55°F with a dead band of 3°F.

D. Options to be included with the AC unit:

1. Low Ambient Package down to 0 deg F.

2. Corrosion protection package for condenser section.

3. Dry contacts alarms for remote alarms.

4. Provide humidistat for humidity control and compressor operation.

2.02 MATERIAL

A. All external cabinetry enclosure material shall be NEMA 4X with Stainless Steel 316 smooth polish finish.

B. Fully insulated sealed cabinet.

C. Additional corrosion protection for coils and copper tubing shall be provided to protect against long term exposure to salt spray. All condenser, evaporator coils, and refrigerator tubing shall be coated.

2.03 ELECTRICAL

A. Input voltage: 120vac.

B. Frequency: 60Hz.

C. Input current: 7.83A (Basis of Design: Thermal Edge NE060)

D. Single point power connection for AC Unit, and heater.

2.04 MECHANICAL

A. Nominal Dimensions: 36H x 11.8W x 15.02D inches.

B. Nominal Weight: 97lbs.

2.05 ENVIRONMENTAL

A. Maximum ambient operating temperature: 125°F

Page 84: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-402-4

2.06 MANUFACTURERS

A. All material and equipment provided under this Specification shall be:

1. Thermal Edge NE0601264X(316) UL type 4X (Basis of Design)

2. Or approved equivalent manufacturer PART 3 EXECUTION 3.01 INSTALLATION

A. The HVAC unit shall be permanently attached to the CNC cabinet at the factory and tested to ensure an integrated NEMA 4X enclosure rating, and seals.

B. Power for the HVAC components shall be sourced from the CNC power panel.

C. The Digital Controller shall be mounted within the CNC cabinet for easy maintenance technician access.

D. The Manufacturer’s field service representative shall perform standard factory start-up procedures required in 1.05.A in addition to the following:

1. Pressure test the cabinets for testing the seals

2. Temperature controls, meeting setpoint at rated conditions

3. Make sure the fans and compressor are operating per spec

4. Check and record the motor amps

5. Check the remote alarms for compliance

6. Record nameplate data PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 85: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-403-1

SECTION 403

UNINTERRUPTABLE POWER SYSTEM PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing new Uninterruptible Power System (UPS) in all new CNC cabinets and consisting of:

1. A.C. to D.C. Rectifier/Charger

2. D.C. to A.C. Inverter

3. Tap Switching Transformer and Internal Power Transfer Switch

4. Automatic / Manual Bypass Transfer Switch

5. Batteries and Battery Management System

B. The UPS shall provide true stand-by line interactive capability. The system shall be furnished to provide a reliable source of regulated uninterruptible power with no break in AC output power during a complete or partial interruption of incoming line power.

C. All UPS and battery banks provided shall be rack mounted.

D. The Contractor shall furnish and install all necessary hardware needed for a functional system.

1.02 RELATED SPECIFICATIONS

A. Installation of the Uninterruptable Power System will require work as described in the following Specification Sections

1. Section 401 – Communications Enclosure

B. The following sections must also be closely coordinated with this work

1. Section 505 – Low Voltage (600V) Cabling

1.03 SUBMITTALS

A. Comply with Division 1, Submittals.

B. Catalog cuts, standard drawings, and working drawings shall be submitted in sufficient detail to fully describe all components of the system and certify their suitability to meet all Project requirements, including exposure to a marine environment.

C. UPS hardware and software operations and maintenance manuals

Page 86: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-403-2

D. All submittals provided shall meet requirements as listed in each Technical Specification. Any deviations from the Specifications shall be clearly marked as such.

1.04 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Deliver materials in manufacturer’s original packages. Where materials are fabricated into sub-assemblies off-site, package the sub-assemblies in such a way as to prevent damage during shipment.

B. Store materials under environmental conditions recommended by manufacturer to prevent damage.

C. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

D. Only install materials within the range of environmental conditions per referenced installation standards or manufacturer’s recommendations.

1.05 STANDARDS

A. All UPS hardware shall be designed and constructed in complete conformance with the latest revision of all applicable standards including but not limited to: ANSI-C62.41, 62.45 IEEE-587, UL-1778, NFPA, OHSA and NEMA standards for such equipment. All installations shall also be in complete conformance with the requirements of NFPA 70 edition of The National Electric Code, in effect at the time of construction.

1.06 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, non-compliance with Contract Documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

C. All work described in this section shall be installed and tested by factory certified technicians qualified for this work. The technicians shall have a minimum of five (5) years of installation experience with the proposed manufacturer(s). When requested, the Contractor shall provide documentation verifying longevity of the installing company's relationship with the manufacturer.

Page 87: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-403-3

PART 2 PRODUCTS 2.01 GENERAL

A. 2000 W/VA capacity UPS.

B. Automatic Voltage Regulation (AVR) to lengthen battery life by providing protection without transferring to backup mode during voltage surge or sag

C. Temperature compensated battery charging to protect batteries from overcharging or undercharging at extreme temperatures, extending the life of the battery

D. User configurable control and reporting of key functions via SNMP alerts and dry contacts.

E. Conformal coated printed circuit boards to protect against exposure to moisture, dust, and other contaminants.

2.02 ELECTRICAL

A. Battery string voltage: 48vdc.

B. Nominal voltage: 120vac.

C. Frequency: 50Hz/60Hz +/-5% autodetection.

D. Input

1. Voltage range: 85 to 152Vac

2. Current: 20A (@ nominal voltage and max battery charging current)

E. Output

1. Waveform: Pure sinewave

2. Nominal voltage: 120Vac

3. Voltage regulation: ±10% on line mode, ±2% on inverter mode

4. Power at 50°C: 2000W/VA

5. Frequency: Output frequency = Input frequency

F. Rectifier/Charger: The rectifier/charger converts incoming AC power to regulated DC power to charge the standby batteries. The rectifier/charger shall have sufficient capacity to fully recharge the batteries.

G. Inverter: The inverter shall convert DC power from the batteries to regulated AC power for supporting the connected load. The inverter shall automatically shut down to protect against internal damage in the event of an overload at the output. The Inverter shall support an overload up to 115% for 2 minutes and then turn off the inverter output. The fault recovers when the overload is removed and line power returns.

Page 88: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-403-4

H. Internal Power Transfer Switch: The internal power transfer switch is an integral part of the UPS and shall be rated for continuous duty. Under manual operation it provides battery isolation for the purpose of battery maintenance. The control of the unit shall provide an automatic or manual uninterrupted transfer of the load to the bypass mode after the transfer logic senses one of the following conditions:

1. Inverter failure

2. Inverter overload capacity exceeded

3. Battery disconnect due to low voltage (< 42.0VDC)

4. Batteries disconnected due to over-discharging

5. UPS fault condition.

I. Automatic / Manual Bypass Transfer Switch: The automatic bypass transfer switch shall be a combination automatic/manual bypass switch and shall be a separate device installed within the CNC cabinet. Placing the bypass switch in the “Bypass” mode shall transfer the load from the UPS output directly to utility power. AC utility power must still be available to the UPS input, allowing the UPS to keep the batteries charged. An Inverter Input breaker shall be provided and located on the Bypass Switch so to shut off commercial power to the UPS input, making it possible to safely check out the operation of the rectifier/charger, inverter, battery and static switch.

J. Display and Controls: A microprocessor-controlled display unit shall be located at the front of the UPS and shall consist of a 2 x 20 backlit alpha-numeric LCD display, an alarm LED, and a touch key pad. The UPS status shall be Normal, Standby or Bypassed. The following information shall be displayed on the front panel display unit: AC Input Voltage, AC Input Current, AC Output Voltage, Output Frequency, Battery DC Current - charge/discharge, alarms and faults.

K. Batteries:

1. The battery shall utilize Absorbed Glass Mat (AGM) technology and be designed for UPS high rate discharge in extreme outdoor environmental conditions.

2. To prevent total discharge or damage to the battery, the UPS shall transfer to standby operation when the battery voltage reaches low level.

3. All required batteries shall be provided, and the battery bank shall be sized for a minimum run time of two-hours under a 1500-watt load.

4. Batteries shall be installed on separate rack-mounted shelves.

5. Individual Battery Nominal Size: 8.57H x 13.50L x 6.71W inches

6. Individual Battery Nominal Weight: 75lbs

Page 89: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-403-5

L. Battery Management: A real-time battery management and control system shall be provided that supports remote monitoring, control, and event management of battery string condition. The system records individual battery voltage, temperature and admittance to logs that can be viewed and analyzed remotely in either real-time or on scheduled basis. The system also includes built-in alarm (SMTP and/or SNMP) capability to be provide real-time remote alerts based on user configurable threshold conditions. Central software that supports the remote management capability shall be provided.

2.03 MECHANICAL

A. Nominal Dimensions: Rack mounted 5.22H x 15.5W x 8.75D inches.

B. Nominal Weight: 35lbs.

2.04 ENVIRONMENTAL

A. Operating temp range: -40 to 74°C (-40 to 165°F).

B. Humidity: Up to 95% (non-condensing)

C. Audible noise @ 25°C: 45dBa @ 1 meter (39in)

D. BTU/Hr.: Normal mode 41W, Backup mode 439W

2.05 PERFORMANCE

A. Typical output voltage THD: <3% (resistive load).

B. Typical efficiency: >98% (resistive load)

C. Typical transfer time: <5ms)

2.06 COMMUNICATIONS

A. Ports: DB-9F (local RS232), RJ45 Ethernet (remote) with SNMP protocol support for direct control, monitoring and alarming.

B. Dry Contacts: a minimum of 6 NO/NC I/O contacts to indicate On Battery, Low Battery, Load Shed Timers, Alarms, self-test, and shut down

2.07 MANUFACTURERS

A. All material and equipment provided under this Specification shall be:

1. Alpha FXM2000 with Alpha Cell 240XTV Batteries, Alpha Universal Automatic Transfer Switch, and Alpha Remote Battery Management.

2. Or approved equivalent manufacturer

Page 90: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-403-6

PART 3 EXECUTION 3.01 INSTALLATION

A. Tighten screws and bolts for connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A, Wire Connectors and Soldering Lugs For Use With Copper Conductors.

B. The UPS output shall connect via twist lock plug to the existing power distribution unit (PDU).

C. Remote battery monitoring software shall be provided to the District. The Contractor is not responsible for its installation or configuration.

D. In addition to standard factory start-up procedures required in 1.05.A., the following field testing shall be conducted by Manufacturer’s field service engineer.

1. UPS system shall be load tested for 2 hours minimum on contractor supplied load bank at full load with temporary cabling.

2. Battery full capacity discharge test in accordance with IEEE 1188

3. Conduct operation tests including simulated power failures

4. Test bypass operations, harmonics, load steps

5. Submit the field test reports to the District

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 91: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-501-1

SECTION 501

ELECTRICAL WORK GENERAL

PART 1 GENERAL 1.01 DESCRIPTION

A. The Contractor shall provide all labor, supervision, tools, equipment, materials, permits, services and miscellaneous expenses necessary to complete the Contract as outlined in this Specification and in accordance with all other Contract Documents.

B. The Contractor shall furnish all field and office engineering services required to complete this Contract, which includes the preparation of necessary construction documents, such as record conduit plan drawings, cable schedules, etc., as required.

1.02 RELATED SECTIONS

A. Division 400 – Systems (all Sections)

B. Division 500 – Electrical (all Sections)

1.03 REFERENCES

A. The following industry standards and codes shall apply as applicable:

1. ANSI - American National Standards Institute 2. ASTM - American Society for Testing and Materials 3. IEEE - Institute of Electrical and Electronic Engineers 4. NEC - National Electrical Code 5. NECA - National Electrical Contractors Association - Standards for

Installation 6. NESC - National Electrical Safety Code (ANSI/IEEE C2) 7. NEMA - National Electrical Manufacturer's Association 8. NFPA - National Fire Protection Association 9. OSHA - Occupational Safety and Health Administration

10. UL - Underwriters Laboratories, Inc. 11. VOSH - Virginia Occupational Safety and Health

B. The Contractor shall thoroughly review Contract Documents and perform all work and conform to all articles outlined herein.

Page 92: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-501-2

1.04 SUBMITTALS

A. Before any material is delivered to the job site, the Contractor shall submit to the District a complete list of all materials proposed to be furnished and installed under this Section listing manufacturer’s name and catalog number:

B. The Contractor shall submit all required shop drawings, work drawings, and all other specified documents for approval to the District.

C. Submit signed test reports as required per the Specifications.

D. Upon completion of the job, the Contractor shall furnish the District with two (2) complete sets and one (1) electronic copy of marked-up record drawings indicating conditions at the time of completion of the Contract. Drawings on which no changes have occurred shall also be marked and submitted. Two (2) extra sets of drawings will be provided to the Contractor for this purpose.

E. All drawings, installation and start-up instructions, operating instructions, parts lists, and spare parts for material and equipment furnished and/or installed by the Contractor shall be turned over to the District prior to final approval.

1.05 PRODUCT DELIVERY

A. The Contractor shall receive, unload, store, and provide necessary weather protection for all materials, equipment, and tools which he or she furnishes and installs. These items shall be stored in an area approved by the District.

B. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

C. The Contractor shall provide all hoisting, scaffolding, and/or shoring, required for the complete installation of all systems included in this Specification.

1.06 QUALITY ASSURANCE

A. The Contractor shall visit the construction site to establish and/or confirm existing field dimensions and become familiar with site conditions and locations of loading and storage areas prior to Bid submittal.

Page 93: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-501-3

B. The Contractor shall coordinate his work with the other trades and with the District to prevent conflict with other work and maintenance activities and to ensure efficient construction.

C. The District shall have the right at all reasonable times to inspect and test the work and shall for this purpose have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing; and shall provide full information concerning any materials entering into the work.

D. The Contractor shall protect all existing pavement, facilities, equipment, and materials against damage due to his selective demolition and installation work. This includes, but is not limited to, such items as abrasions to roadways, barriers, trestles, lighting poles, equipment, etc. Any damage inflicted by the Contractor will be repaired at his expense.

E. Upon completion of the job, the Contractor shall clean and restore all finishes and coatings which have been damaged in any way during his installation.

F. The Contractor shall clean and test all systems installed and render these acceptable with all National, State and Local codes, whichever govern.

G. After completion of all work, the Contractor shall have the installation inspected by the District. Any rework necessary to obtain approval shall be performed at the Contractor's expense.

H. Prior to formal acceptance by the District, any items rejected because of installation negligence, i.e., non-compliance with Contract Documents, and applicable codes and permits shall be corrected at no additional expense to the District.

1.07 MATERIALS

A. In general, the work described herein consists of installing new equipment, modification of the existing equipment in place, and disconnecting and dismantling of existing equipment with its associated wiring as called for on the Contract Documents and as may be directed by the Engineer when appropriate. The existing conduit with its wiring is presently active (hot) and in operation with its pertinent equipment.

B. Code requirements shall be considered a minimum standard. Where materials shown on the Drawings or indicated in the Specifications exceed code requirements, the Drawings and Specifications shall govern.

C. Electrical material and equipment installed shall be approved for the purpose, listed and labeled in compliance with the National Electrical Code.

Page 94: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-501-4

D. Drawings indicate the desired arrangement and the approximate location of all equipment, cabinets, conduit, cable trays, etc., and shall be followed as closely as possible unless specifically indicated otherwise. However, since the drawings do not include all necessary offsets and obstructions or structural conditions, the Contractor shall conform to the structure, avoid obstructions, preserve headroom, and keep the passageway clear. Work which is indicated, but not completely detailed on the drawings, shall be installed as directed by the District.

E. The Contractor shall furnish and install complete electrical systems for this project. If, having examined all documents pertaining to this Contract, the Contractor has any questions concerning the nature or extent of work being performed by others, the Contractor may obtain clarifications of the item or items in question from the District. Once the Contract is awarded, claims of insufficient knowledge of the above conditions will not be allowed.

PART 2 PRODUCT

NONE

PART 3 EXECUTION

A. Work shall be done by skilled craftsmen regularly engaged in the appropriate trade.

B. Materials and equipment furnished shall conform to the standards specified and shall be new and free from defects. No materials and equipment, whether furnished by the Contractor or others, shall be installed or used if the items are physically damaged or functionally defective.

C. The Contractor shall verify that temperature and other environmental conditions are appropriate for material installation.

D. All electrical equipment shall meet the classifications noted below for the areas of construction, except as noted on the drawings.

Area Classification

All Areas NEMA 4X (SS)

Page 95: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-501-5

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per linear foot (LF) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 96: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-502-1

SECTION 502

RACEWAY AND CONDUIT SYSTEMS PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing all conduits, fittings, spacers, mounting hardware and supports necessary to provide raceway systems in complete conformance with the Project Plans and Specifications. Work under this Section shall be carefully planned to coordinate with related work involving demolition and installation of other materials and equipment. Work under this Section shall include preparation of work schedules for the District's review in sufficient detail to ensure coordination with related work and adequate provision for maintenance of traffic in accordance with the Special Provisions.

B. Work required under this Section, shall include all raceways as required for completion of wiring for all devices installed as a part of the Project, whether or not specifically shown on the Project Plans.

C. The Contractor shall field verify that conduit indicated as being re-used, is continuous, without breaks, and is clear of obstructions, and does not show any signs of corrosion.

D. All above ground exposed conduit systems must be manufactured completely of Type 316 Stainless Steel or 6061-T6 marine-grade aluminum alloy suitable for marine exposure.

E. All below ground, direct buried, or those along the island splash wall shall be PVC.

1.02 RELATED SPECIFICATIONS

A. Installation of raceway will require work as described in the following Specification Sections. That work will be considered incidental to the installation of the raceway and shall be included under this pay item:

1. Section 501 - Electrical Work, General

2. Section 508 - Mounting Hardware.

3. Section 509 - Electrical Identification.

4. Section 510 - Electrical Testing

B. The following divisions must be closely coordinated with this work, but will be paid for as described in their respective sections:

2. Division 400 - Electronic Hardware and Software (All Sections).

Page 97: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-502-2

3. Division 600 - Civil Site Work (All Sections).

1.03 STANDARDS

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State, and Local laws, ordinances, regulations and codes, and the latest industry standards including, but not limited to the entities listed below: 1. ANSI - American National Standards Institute 2. ASTM - American Society for Testing and Materials 3. UL - Underwriters Laboratories, Inc. 4. NEC - National Electrical Code [2017] 5. NEMA - National Electrical Manufacturer's Association 6. NFPA - National Fire Protection Association 7. U.S. Environmental Protection Agency 8. OSHA - Occupational Safety and Health Administration 9. VDOT Road and Bridge Specifications, Including all Revisions

B. It is the Contractor’s responsibility to thoroughly review contract documents and perform all work and conform to all articles outlined herein

1.04 SUBMITTALS

A. Submittals regarding work under this Section shall demonstrate that proposed materials and methods of construction are in complete compliance with Project requirements, meet the criteria presented herein, are in accordance with good construction practices, and are properly scheduled and coordinated with related work. Submittals shall consist of the following items at a minimum, and shall be approved prior to procurement of material or commencement of construction:

1. The manufacturer’s catalog cuts, product data sheets or written certifications sufficient to verify conformance with specifications and requirements shall be submitted for the District's approval for items such as conduit, fittings, hanger, supports, etc.

2. A construction schedule of sufficient detail to verify coordination with related activities, any required verification or relocation of existing utilities and maintenance of traffic requirements shall be submitted for the Districts approval prior to commencing any work.

3. Working plan sketches shall be submitted in sufficient detail to fully describe proposed position and routing of all conduit installations. Such working sketches shall be approved by the District prior to installation.

B. Record Drawings: The Contractor shall prepare and submit record drawings

Page 98: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-502-3

showing the final installed location and size of each raceway and all other components of the raceway system installed as a part of the Project. Plan locations shall be referenced to readily identifiable, permanent physical features of the Project such as edges of roadway or roadway centerlines. In addition to plan views accurately describing the centerline of installed raceways, also provide elevation views.

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. All raceway shall be suitably protected from weather and damage during storage and handling, and shall be in first class condition when installed.

1.06 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection, and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to formal acceptance by the District, any items rejected because of installation negligence, i.e. non-compliance with construction documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

PART 2 PRODUCTS 2.01 GENERAL

A. All conduit systems must be manufactured of Type 316 Stainless Steel or 6061-T6 marine-grade aluminum alloy. This includes all mounting brackets, mounting hardware, fittings, boxes, and conduit bodies. There will be no exceptions.

B. All conduit systems installed in underground locations shall be TYPE EPC-80-PVC.

C. All conduit systems at final conduit terminations or where rigid conduit systems are subject to vibration shall be liquid-tight flexible non-metallic conduit (LFNC).

2.02 PERFORMANCE CRITERIA A. Raceways shall be free of burrs and sharp edges on the interior surfaces that

can cause damage to cables. B. All fittings must be made of the same material as the conduit body.

C. Any bends must be made so that the raceway will not be damaged, and the internal diameter of the raceway will not be effectively reduced.

Page 99: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-502-4

2.03 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include:

1. Allied Tube and Conduit

2. Or Approved Equal PART 3 EXECUTION 3.01 DEMOLITION

A. Obtain approval prior to performing any demolition.

B. Follow demolition plan of related work items. 3.02 INSTALLATION

A. Type 316 Stainless Steel or 6061-T6 marine-grade aluminum alloy shall be used throughout for all exposed conduit. Conduit installation shall conform to the National Electrical Code.

B. Minimum conduit diameter shall be three-fourths of an inch.

C. Unless indicated otherwise on drawings use LFNC for all final conduit termination in all locations or where subject to vibration. Length of LFNC shall be a minimum of 18 inches and shall not exceed 24 inches for conduit up to 2 inches in diameter and shall not exceed 36 inches for conduit larger than 2 inches in diameter.

D. Cut conduit square using a saw or pipe cutter; de-burr cut ends.

E. Conduit threaded in the shop or field shall be threaded to meet standard pipe thread length specifications. No running threads shall be used.

F. At least five (5) threads shall be fully engaged on all metal conduit connections to couplings and fitting hub.

G. All conduits shall be swabbed clean and must be free of burrs or obstructions before installing cables.

H. Bring conduit to the shoulder of fittings and couplings and fasten securely.

I. Install no more than the equivalent of three 90-degree bends between boxes.

J. Use conduit bodies to make sharp changes in direction, as around beams, only for copper conductors.

K. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit larger than two-inch size.

L. Avoid moisture traps where possible. Where unavoidable, provide junction box with drain fitting at conduit low point. Conduits shall be installed such

Page 100: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-502-5

that moisture collected inside of a conduit shall not drain to the enclosure of a device to which it is connected.

M. LFNC shall be installed in such a manner that liquids tend to run off the surface and not drain toward the fittings. Sufficient slack shall be provided to reduce the effects of vibration.

N. Rigid conduit entering the bottom opening of electrical equipment such as pad mount transformers, shall be fitted with a grounding bushing and copper jumper installed between the bushing and ground bus of the equipment for ground continuity.

O. Use suitable conduit end caps to protect installed conduit against entrance of dirt and moisture.

P. Install expansion fittings where conduit crosses expansion joints and where conduit is mechanically attached to the separate structures.

Q. Provide suitable pull string in empty conduit, except to sleeves and nipples.

R. Rigid conduit shall be made watertight and electrically continuous throughout.

S. Metal conduit shall be bonded to grounding system.

T. All conduit mounting materials shall match conduit body material.

U. Provide dielectric isolation between dissimilar metals. Use suitable insolation material at locations where there is contact between dissimilar metals to eliminate metal to metal contact.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per linear foot (LF) by each raceway type in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section shall be incidental to the project.

****END OF SECTION****

Page 101: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-1

SECTION 503

CABLE TRAY SYSTEM PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing a complete, functional cable tray system in full compliance with the Project Plans and Specifications in order to provide capacity for the new low and medium voltage cables for all the proposed work associated with the CNC and LUS relocation project. The complete system will vary depending on locations as described and specified in this technical specification, but it will generally consist of adding the equivalent of a 12-inch wide tray space at the locations requiring new cable.

B. The cable tray system shall include all necessary hardware such as structural support brackets, splices, bonding jumpers, and mounting hardware necessary to provide a complete system in accordance with the requirements of National Electric Code, Article 392 and shall be suitable to accept cable installation.

C. Mounting bolt holes or threaded inserts are provided in patterns as shown on Project Plans or on reference drawings. It shall be the Contractor's responsibility to provide supports designed to match the bolt hole pattern provided, suitable for installation of the tray system components and loading imposed thereon. Design of supports and installation hardware shall be certified in writing by the manufacturer of the cable tray and accessories as suitable for a marine environment and providing a means to accommodate thermal expansion and contraction of the cable tray.

D. The Contractor shall examine existing reference material and supplement this with additional field investigations as needed and as approved by the District to determine the best means and methods to accomplish this work. No additional payment will be made for differing site conditions or for costs associated with changing the installation method after starting to complete the work.

E. When cables are temporarily unstrapped, it is the Contractors responsibility to keep all the cables in the trays.

F. The work includes installation of cable tray systems as shown on the Project Plans and as generally described below:

1. The installation of a new cable tray system along the bridge bent faces as indicated in the project plans. The new cable tray system shall be 12-inch wide utilizing a single-arm bracket support. Cables straps shall be installed around the outside of the trays to ensure that the trays retain

Page 102: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-2

their proposed contents. New cable and wires shall not be left unsecured on new cables trays for any period of time. This work will be required along all areas in project plans indicated for proposed cable trays.

2. The upgrade of existing cable tray systems. This shall consist of replacing the existing 6-inch wide cable tray with a 12-inch wide cable tray on the existing cable tray brackets where the existing medium voltage cable shall be spliced. The new 12-inch tray will utilize the existing single-arm bracket and supports. Cables straps will be installed around the outside of the trays to ensure that the trays retain their proposed contents. New cable and wires shall not be left unsecured on new cables trays for any period of time. This work will be required at various locations along the west side of the trestle spans where the existing medium voltage cable shall be spliced.

3. This work shall also consist of installing transition pieces to facilitate cable drops from existing cable tray to the new cable tray systems running perpendicular along the bent face as indicated in the project plans. This work will be required in multiple locations along the west side existing cable tray system.

1.02 RELATED SPECIFICATIONS

A. Work described under the following sections must be closely coordinated with this work, but will be paid for as described in their respective sections:

1. Section 501 – Electrical Work, General

2. Section 504 – Medium Voltage Cabling

3. Section 505 – Low Voltage (600V) Cabling

4. Section 506 – Communications Cabling and Infrastructure

1.03 STANDARDS

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State, and Local laws, ordinances, regulations and codes, and the latest industry standards including, but not limited to the entities listed below: 1. ANSI - American National Standards Institute 2. ASTM - American Society for Testing and Materials 3. UL - Underwriters Laboratories, Inc. 4. NEC - National Electrical Code [2017] 5. NEMA - National Electrical Manufacturer's Association 6. NFPA - National Fire Protection Association

Page 103: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-3

7. U.S. Environmental Protection Agency 8. OSHA - Occupational Safety and Health Administration 9. VDOT Road and Bridge Specifications, Including all Revisions

B. It is the Contractor’s responsibility to thoroughly review contract documents and perform all work and conform to all articles outlined herein

1.04 SUBMITTALS

A. Catalog cuts, standard drawings, and working drawings shall be submitted in sufficient detail to fully describe all components of the cable tray system and certify their suitability for all Project requirements, including exposure to a marine environment.

B. Installation drawings sufficient to illustrate assembly methods shall be provided prior to manufacture of tray system components. Drawings shall illustrate all provisions for adequate thermal expansion as well as accommodation of structural expansion joints included in the assembly design.

C. Calculations, sealed and signed by a Professional Engineer licensed in the Commonwealth of Virginia, describing the basis for the expansion fitting locations shown on installation drawings and the loading capability of the support brackets shall be submitted to the District for approval prior to manufacture of tray system components.

D. Shop drawings shall be submitted for approval. To be used as a reference when checking the shop drawings, the Contractor shall also submit field measurements taken and used in determining the necessary dimensions required for the various cable tray support assemblies and hanging support brackets.

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Deliver materials in manufacturer’s original packages.

B. Store materials under environmental conditions recommended by manufacturer to prevent damage.

C. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

D. The Contractor shall also follow all applicable regulations in NEMA Standard VE 2-2006, Cable Tray Installation Guidelines.

E. Only install materials within the range of environmental conditions per referenced installation standards or manufacturer’s recommendations.

Page 104: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-4

1.06 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection, and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to formal acceptance by the District, any items rejected because of installation negligence, i.e. non-compliance with construction documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

PART 2 PRODUCTS

2.01 GENERAL

A. Cable trays shall be of a vented ladder type design with a nominal tray height of 4 inches.

B. Cable trays shall be manufactured in accordance with NEMA Standard VE 1-2009, Metal Cable Tray Systems, or a revision thereof in effect at time of construction, with the exception of non-standard span lengths as required for this project.

C. Cable tray shall be constructed of Type 316 stainless steel or 6061-T6 marine-grade aluminum alloy suitable for application in a marine environment. Connectors, fittings and accessories shall be of similar material with equivalent corrosion resistance. All mounting, bolts, splice bolts and associated hardware shall be Type 316 stainless steel. Neoprene pads or washers shall be used between contact surfaces of any dissimilar metals and materials.

D. Cable tray shall have a UL classification for use as an equipment grounding conductor and shall be marked to show minimum cross-sectional area in accordance with Article 392 of the National Electric Code. Bonding jumpers shall be provided where required to maintain integrity of the equipment grounding conductor classification.

E. Support brackets shall be fabricated of 6061-T6 marine-grade aluminum alloy or Type 316 stainless steel. Inert isolator pads, such as neoprene, shall be provided in any locations where bracket materials are subject to corrosive action, e.g. brackets intended for mounting against concrete or steel surfaces. Brackets shall be of welded construction with no bolted joints other than bracket mounting provisions and tray hold-down fittings. Design of the hold-down fitting system shall minimize field labor required for installation. Brackets shall be of a cantilever, wall-mount or hanger design to maintain clear access for cable installation from the outboard side of tray as indicated on Project Plans.

Page 105: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-5

F. The cable tray system shall provide for a nominal cable bending radius of 24 inches for cable installation, a maximum 3 Inch cable loading depth, and shall provide an inside width as indicated on Project Plans.

G. Cable straps shall be installed around the exterior of the installed trays in accordance with cable strap manufacturer’s recommendations. These cable straps shall be the Deltec Cable Support System, as Manufactured by Thomas & Betts Corporation, Item CSS-270 or Items CSS-5K or CSS-10K as required, or approved equal. Strap spacing shall not exceed 12.5 feet.

H. Concrete Mechanical Undercut Expansion Anchors shall be used for the attachment of the hanger supports to concrete structures. Anchor shall be Type 316 stainless steel, minimum ½-in diameter, with a minimum embedment of 2¾-in. into sound concrete.

2.02 PERFORMANCE CRITERIA

A. Design loading for the cable tray system including tray, brackets and fittings shall be based on a working load of 35 pounds per linear foot plus an applied safety factor of 1.5, over a span length between support brackets of 12.5-ft. The installed tray system, including mounting brackets, shall withstand a concentrated static load of 250 pounds applied at mid-span in addition to the working load of 35 pounds per linear foot without permanent deflection or distortion of the cable tray system.

B. The design temperature range for the cable tray system shall include a minimum of minus 10 degrees Fahrenheit to a maximum of 120 degrees Fahrenheit. Design of the support brackets, fixed and movable tray hold-down fittings, and tray splices and expansion joints shall accommodate thermal expansion and contraction over this design temperature range. In addition, the cable tray mounting system shall allow for differential motion of structural elements without tray distortion at each structural expansion joint crossed by the installed tray.

2.03 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include::

1. MP Husky, and shall be the Flange In Type

2. TJ Cope, and shall be the Cope Hat Type

3. Or Approved Equal

Page 106: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-6

PART 3 EXECUTION 3.01 DEMOLITION

A. Demolition of existing cable trays will be required where existing 6-inch tray is being upgraded to 12-inch tray to accommodate medium voltage splicing. Only the lower tray(s) which carry the 13.8kV power feeder may need to be replaced.

B. Work will be performed in close proximity to energized equipment or circuits. Use of proper safety equipment and personnel experienced in such operations is required.

C. For Contractor shall temporarily support the existing cables during the removal of the existing cable trays and the subsequent installation of the new cable trays. Existing hold-down hardware shall be re-used where possible. The Contractor shall not temporarily support more than one span of cables at a time. In general terms, a span is considered to be the distance of a single section of cable tray. A work plan showing how the Contractor intends to temporarily support the cables shall be submitted to the District for approval.

3.02 INSTALLATION

A. The Contractor shall follow all applicable regulations in NEMA Standard VE 2- 2006, Cable Tray Installation Guidelines.

B. The cable tray system, including mounting brackets, trough, splices, fittings and accessories shall be installed in accordance with the manufacturer's working drawings and instructions, so as to achieve full strength and expansion/contraction capability as designed.

C. The brackets shall have slotted holes to allow for a level installation between adjacent brackets.

D. Electrical bonding jumpers shall be installed at the locations and in the manner indicated by the manufacturer as required to maintain UL classification of the tray as an equipment grounding conductor. Additional bonding conductors shall be installed between the new and existing cable trays. Such bonding conductors shall be green, insulated No. 6 AWG copper and installed at each of the trestle work locations. These bonding conductors shall be installed at intervals not to exceed 200-ft.

E. Any burrs, rough edges, projections or other hazards to cable insulation shall be smoothed or removed after installation of tray but prior to cable installation.

F. At the existing Lighting Unit Substation platforms and Communication Node Cabinet platforms, the existing cable tray transitions to a short (approx. 6-ft long) section of horizontal tee where a portion of the cables feed down to the

Page 107: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-503-7

platforms. Following the platform demolition, the contractor shall either upgrade the entire section to a new 12-inch wide cable tray sections to accommodate the medium voltage cable splicing, or if this section already uses 12-inch cable tray, then replace only the horizontal tee section to restore the full integrity of the cable tray in this area.

G. At locations where there is contact between dissimilar metals inert washers and pads will be utilized to eliminate contact.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per linear foot (LF) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section shall be incidental to the project.

****END OF SECTION****

Page 108: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-1

SECTION 504

MEDIUM-VOLTAGE CABLES PART 1 GENERAL 1.01 DESCRIPTION

A. Section Includes: Medium Voltage Cable and related splices, terminations, and accessories for medium-voltage electrical distribution systems run in cable trays and conduits on the bridge at Chesapeake Bay Bridge Tunnel. The cable for this section is used to run new cable from the existing LUS locations to the new EPO locations to energize the new medium voltage transformers.

1.02 SUBMITTALS

A. Comply with Division 1, Submittals.

B. Product Data: For each type of cable indicated. Include splices and terminations for cables and cable accessories.

C. Qualification Data: For testing agency and cable splicer.

D. Material Certificates: For each cable and accessory type, signed by manufacturers, certifying that cables comply with requirements specified in Section 2.10 "Source Quality Control."

1.03 REFERENCES

A. American Petroleum Institute (API)

1. RP 14F, Recommended Practice for Design and Installation of Electrical Systems for Fixed and Floating Offshore Petroleum Facilities for Unclassified and Class 1, Division 1 and Division 2 Locations.

B. American Society for Testing and Materials (ASTM)

1. B 8, Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft.

2. B 33, Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes.

3. B 172, Standard Specification for Rope-Lay-Stranded Copper Conductors Having Bunch-Stranded Members, for Electrical Conductors.

4. B 496, Standard Specification for Compact Round Concentric-Lay-Stranded Copper Conductors

Page 109: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-2

C. Institute of Electrical and Electronics Engineers (IEEE)

1. IEEE Std. 1580-2001, IEEE Recommended Practice for Marine Cable for Use on Shipboard and Fixed or Floating Platforms.

2. IEEE C2, National Electric Safety Code

3. IEEE 404, Test Specification for Joints

4. IEEE 576, Recommended Practice for Installation, Termination, and Testing of Insulated Power Cable as Used in Industrial and Commercial Applications

D. Underwriters Laboratories (UL)

1. UL 1309, Standard for Safety, Marine Shipboard Cable.

2. UL 1072, Medium-Voltage Power Cables

3. UL 1309, Marine Shipboard Cable

E. Code of Federal Regulations (CFR)

1. CFR 1910.7, Definitions and Requirements for a Nationally Recognized Testing Laboratory

F. National Fire Protection Association (NFPA)

1. NFPA 70, National Electric Code

G. Insulated Cable Engineers Association (ICEA)

1. ICEA S-93-639, Shielded Power Cable for Use in the Transmission and Distribution of Electric Energy

2. ICEA T-31-610, Guide for Conducting a Longitudinal Water Penetration Resistance Test on Blocked Conductors

H. The Association of Edison Illuminating Companies (AEIC)

1. AEIC CS8, Specification for Extruded Dielectric Shielded Power Cables Rated 5 through 46 kV

I. International Electrical Testing Association (NETA) Acceptance Testing Specification (ATS)

1. ANSI/NETA ATS-2017, Section 7.3.3, Cables, Medium- and High-Voltage 1.04 QUALITY ASSURANCE

A. Installer: Engage a cable splicer, trained and certified by splice material manufacturer, to install, splice, and terminate medium-voltage cable. Provide qualification of cable splicer.

B. Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the International Electrical Testing Association.

Page 110: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-3

1. Testing Agency's Field Supervisor: Person currently certified by the International Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise testing specified in Section 3.02.

C. Source Limitations: Obtain cables and accessories through one source from a single manufacturer.

D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

E. Comply with IEEE C2 and NFPA 70.

F. Comply with ASTM B-231 and B-496.

G. Comply with ICEA S-93-639.

H. Comply with UL 1072 (Type MV-105).

I. Comply with AEIC CS-8.

J. Material Certificates: For each cable and accessory type, signed by manufacturers, certifying that cables comply with requirements specified in Section 2.05 "Source Quality Control."

PART 2 PRODUCTS 2.01 GENERAL

A. All conductors shall be of soft annealed stranded copper wire. The conductors shall be tin coated to reduce corrosion in an offshore environment.

B. Stranded conductors shall comply with the requirements of ASTM B 8, B 33, or B 172, as applicable.

C. Conductor sizes 2 AWG and larger shall be composed of 24 AWG individual strands.

D. Joints in stranded conductors shall meet UL 1309 Paragraph 3.1.4. E. The conductor stress control layer shall meet UL 1309 Paragraph 3.1.5. F. Cable 1/0 and larger shall be marked, “For CT use” and pass the UL 1685

70,000 Btu/hr flame test. 2.02 MANUFACTURERS

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

1. Cables:

a. Houston Wire and Cable (Life Guard HW 222 for LS/ZH)

b. The Okonite Company

Page 111: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-4

c. Prysmian Cables & Systems NA.

d. Rome Cable Corporation.

e. AmerCable

2. Cable Splicing and Terminating Products and Accessories:

a. G&W Electric Co.

b. Raychem Corp.

c. Thomas & Betts/Elastimold

d. 3M Company 2.03 SINGLE CONDUCTOR CABLES

A. Cable Type: MV-105.

B. Conductor: Tinned Copper

C. Conductor Stranding: Concentric lay, Class B.

D. Strand Filling: Conductor interstices are filled with impermeable compound.

E. Conductor Insulation:

1. Conductor Insulation: Ethylene-propylene rubber (EPR) complying with AEIC CS 8.

2. Voltage Rating: 15 kV.

3. Insulation Thickness: 133 percent insulation level.

F. Shielding: Copper tape, helically applied over an extruded semiconducting insulation shield.

G. Cable Jacket:

1. Black PVC, sunlight resistant.

2. Must be “TC” rated for Tray Cable

2.04 SPLICE KITS

A. Connectors and Splice Kits:

1. Comply with IEEE 404; type as recommended by cable or splicing kit manufacturer for the application.

B. Splicing Products: As recommended, in writing, by splicing kit manufacturer for specific sizes, ratings, and configurations of cable conductors. Include all components required for complete splice, with detailed instructions.

C. The following types of splicing kits shall be used.

1. Pre-molded, cold-shrink-rubber, in-line splicing kit.

Page 112: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-5

2. Pre-molded EPDM splicing body kit with cable joint sealed by interference fit of mating parts and cable.

3. Manufacturers

a. Raychem

b. Approved Equal

2.05 INSULATION

A. The extruded insulation material used on cables rated 15,000V and above shall be ethylene-propylene-rubber meeting the requirements of UL 1309 Table 3 for Type E90 and IEEE 1580 Table 12 for Type E.

B. The minimum average thickness of insulation shall not be less than the values given in Table 2 of UL 1309 and Table 15 of IEEE 1580. The minimum thickness at any point shall not be less than 90% of the minimum average values shown.

C. Cables rated 15,000V and above shall have an insulation shield. The insulation shield shall be composed of both metallic and nonmetallic components. These components shall comply with the requirements of IEEE 1580, Paragraph 5.4.

2.06 CONDUCTOR IDENTIFICATION

A. Conductors used in power cables rated 15,000V and above shall have a colored fiber weaved in with a braided shield or shall have a colored tape pulled under a tape shield. The color sequence shall be that defined in UL 1309 Paragraph 3.6.1.

B. Conductor lay lengths shall meet the requirements of UL 1309 Paragraph 3.9 and IEEE 1580 Paragraph 5.8.

C. Conductor shall be marked with tape identifying the phases every 100 feet on all newly installed cable.

D. Color coding:

1. Phase A: Single White Stripe

2. Phase B: Double White Stripe

3. Phase C: Triple White Stripe

2.07 FILLERS

A. Fillers shall be compatible with other cable components, moisture resistant, and maximize the filling of all voids. Filling of the cable interstices with the

Page 113: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-6

jacketing material is preferred producing a cable that is more resistant to corkscrewing in a flexing application. Polypropylene monofilament and solid rubber rod fillers are not desirable. Fillers shall be used as required to give the completed cable a substantially circular cross section.

2.08 CABLE JACKETS

A. The cable jacket shall be Type PVC. If a low smoke, halogen-free jacket material is desired, it shall meet IEEE 1580 Table 17 Type L.

B. The thickness of the jacket shall meet UL 1309 Table 6 and IEEE 1580 Table 18. The minimum thickness at any point shall not be less than 80% of the minimum average values shown.

2.09 SOLID TERMINATIONS

A. Shielded-Cable Terminations: Comply with the following classes of IEEE 48. Insulation class is equivalent to that of cable. Include shield ground strap for shielded cable terminations.

1. Class 2 Terminations, Indoors: Kit with stress-relief tube, non-tracking insulator tube, shield ground strap, and compression-type connector. Include silicone-rubber tape, cold-shrink rubber sleeve, or heat-shrink plastic-sleeve moisture seal for end of insulation whether or not supplied with kits.

2. Class 3 Terminations: Kit with stress cone and compression-type connector.

2.10 ELBOW CONNECTOR SYSTEMS

A. Molded, peroxide-cured, EPDM-insulated, Class 15 kV, 95 kV BIL, 200A, 10,000A rms load-break and 600A, 40,000 rms non-load-break elbows where required, having all copper current-carrying parts in accordance with IEEE 386.

B. Protective Caps: Class 15 kV, 95 kV BIL, 200 and 600 amperes, with molded EPDM insulated body.

C. Insulated Standoff Bushings: Class 15 kV, 95 kV BIL, 200 and 600 amperes,

complete with EPDM rubber body, stainless steel eyebolt with brass pressure foot, and stainless steel base bracket.

D. Bushing inserts: Class 15 kV, 95 kV BIL, 200A, load-break, 600A, nonload-

break with EPDM rubber body and all-copper, current-carrying parts.

Page 114: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-7

E. Junctions: Class 15 kV, 95 kV two-, three, four, five way, 200A, load-break, and 600A, nonload-break, having EPDM rubber body mounted on adjustable bracket.

F. Mounting Plates: Two-, Three-, Four-, Five-way, ASTM 167 stainless steel,

complete with universal mounting brackets, grounding lugs and two parking stands.

G. Manufacturers

1. Elastimold 2. Cooper Industries 3. G&W Electric Company

2.11 SOURCE QUALITY CONTROL

A. Test and inspect cables according to NEMA WC 8 before shipping.

B. Test strand-filled cables for water-penetration resistance according to ICEA T-31-610, using a test pressure of 5 psig.

PART 3 EXECUTION 3.01 INSTALLATION

A. Install cables according to IEEE 576.

B. Pull Conductors: Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

1. Where necessary, use manufacturer-approved pulling compound or lubricant that will not deteriorate conductor or insulation.

2. Use pulling means, including fish tape, cable, rope, and basket-weave cable grips that will not damage cables and raceways. Do not use rope hitches for pulling attachment to cable.

C. Install exposed cables parallel and perpendicular to surfaces of exposed structural members and follow surface contours where possible.

D. Install cable splices only in cable trays and cabinets as indicated; use standard kits. Cable splices shall be accessible for visual inspection and maintenance.

E. Cables shall be secured to the cable tray to prevent cables from falling out of cable tray.

F. Install terminations at ends of conductors with standard kits.

G. Ground shields of shielded cable at terminations, splices, and separable insulated connectors. Ground metal bodies of terminators, splices, cable and

Page 115: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-8

separable insulated-connector fittings, and hardware.

H. Where elbow connectors are required such as the transformers, contractor shall install them according to manufacturer’s instructions.

I. Where cables have existing fault detection indicators, contractor shall install the indicators back on the cables. Contractor shall install the indicator equipment locations that is visible for maintenance to track a fault from the trestle’s ledge. If new indicators are needed, contractor shall provide these cable fault indicators.

3.02 FIELD QUALITY CONTROL

A. Testing: Perform the following field quality-control testing:

1. After installing medium-voltage cables and before electrical circuitry has been energized, test for compliance with requirements. This shall include, as a minimum, verifying continuity for each phase and LUS before completion. No circuit energization shall occur before cable has been fully tested and approved.

2. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.3.3. Certify compliance with test parameters.

3. Tests shall be witnessed by the District.

4. Testing agency shall be independent and not associated with any electrical company that installs or manufactures electrical equipment.

a. Contractor shall submit testing company and tests to be performed for approval.

5. Testing agency shall submit 3 copies of test report to the District.

6. Testing agency shall provide written results of hi-pot cable tests or the approved testing method to District.

B. If testing requirements are not met, remove malfunctioning units, replace with new units, and retest as specified above.

3.03 EQUIPMENT GROUNDING CONDUCTORS

A. When specified, uninsulated or insulated equipment grounding (or bonding) conductors may be incorporated into the cable. If insulated, the color of the insulation shall be green. The grounding conductor shall be sized per UL 1072 for cables rated 5,000V and above.

B. In addition to testing already called out in this document, all cables shall meet the applicable tests required in UL 1309 Paragraph 4 and IEEE 1580 Paragraph 5.17.

Page 116: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-504-9

C. Cables shall have the markings required by both UL 1309 Paragraph 5.2 and IEEE 1580 Paragraph 5.13.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per linear foot (LF) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 117: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-1

SECTION 505

LOW VOLTAGE (600 V) CABLING

PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing 600 volt rated wire, and accessories of the size, type and rating indicated on Project Plans, in the locations and manner indicated, to provide complete, functional circuits in accordance with Project requirements. The work generally consists of the following circuitry:

1. Provide, install, and terminate 120 VAC, single-phase supply circuits for field devices attached to CNC, such as Blank Out Signs (BOS), static signs, Navigation Lights, and Fog Horns.

2. Provide, install, and terminate 120 VAC, single-phase supply circuits for Arrow Boards at ANB196 and BNB239.

3. Provide, install, and terminate 120 VAC, single-phase supply circuits

for Radar Speed Signs at BNB135 and CNB153 to LUS cabinets.

4. Reuse existing cabling to terminate 480 VAC, single-phase supply circuits for Variable Message Signs (VMS) to LUS cabinets, except for CNB230 where new cabling shall be installed.

5. Provide, install, and terminate 480 / 277 VAC supply circuits to roadway

lighting luminaires from the LUS.

6. Provide, install, and terminate 480 / 120 VAC supply circuits to all power distribution and control panels and all interconnecting wiring between cabinets and transformers at the EPO as required to provide complete and functional power distribution and control systems in full compliance with project drawings and these specifications.

B. This work shall include furnishing, placing, and permanently marking wire and cable as required; furnishing and installing in an approved manner any required splices, terminals, supports, and markings; testing to verify integrity of installed circuits prior to energizing; and terminating of conductors at sources and loads. The Contractor shall be required to furnish and install 600 Volt and lower rated wire and cable to render all Project equipment fully functional in accordance with Project Plans.

Page 118: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-2

1.02 SUBMITTALS

A. complete manufacturer’s data and part numbers shall be provided for each type of cable or wire to be installed along with identification of the locations where it is intended to be installed. Such data shall be of sufficient kind and detail to demonstrate complete conformance with applicable standards, project requirements and suitability for the application proposed. No wire or cable shall be procured or installed prior to approval by the District. Published data sufficient to demonstrate conformance to requirements shall be provided for incidental items such as splicing, terminating and marking materials; such standard information shall be supplemented by written certification of suitability from manufacturers of same for unusual applications.

B. All installed wiring shall be fully documented as to interconnections, routing and termination identification. The Contractor shall produce and supply record drawings of all specific circuitry, to the extent that all terminations are identified by device terminal numbers and wire number(s) landed on each.

C. Maintain a written record of all tests showing date, personnel making tests, equipment or material tested, tests performed, manufacturer and serial number of testing equipment and results.

1.03 RELATED SECTIONS

A. Installation of Low Voltage Cabling will require work as described in the following Specification Sections. That work will be considered incidental to the installation of Low Voltage Cabling and shall be included under this pay item:

1. Section 401 - Communications Enclosure 2. Section 501 - Electrical Work, General 3. Section 507 - Electrical Enclosures and Panels 4. Section 508 - Electrical Transformers 5. Section 510 - Electrical Identification 6. Section 511 - Electrical Testing

1.04 REFERENCES

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State, and Local laws, ordinances, regulations and codes, and the latest industry standards including, but not limited to the entities listed below:

1. Underwriters Laboratories (UL) 486A-486B Standard for Wire Connectors and Soldering Lugs for Use with Copper Conductors.

Page 119: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-3

2. NFPA 70- National Electric Code, 2014.

3. ICEA S-95-658 - Power Cables Rated 2000 Volts or Less for

Distribution of Electrical Energy.

4. National Electrical Manufacturers Association (NEMA): a. WC26: Bination Wire and Cable Packaging Standard

b. WC70: Non-shielded Power Cables Rated 2000 Volts or

less for the Distribution of Electrical Energy

B. The Contractor shall thoroughly review Contract Documents and perform all work and conform to all articles outlined herein.

1.05 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection, and testing, and shall provide full information concerning any materials entering the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, i.e. non-compliance with construction documents, and applicable codes and permits shall be corrected at no additional expense to the District.

C. All wiring shall be installed in accordance with generally accepted good construction practice and in accordance with the National Electrical Code. In no case shall restrictions as to minimum bending radius or maximum pulling tensions and sidewall pressure as established by the manufacturer of any particular wire or cable be exceeded. Cable shall be adequately lubricated during pulling by commercial products compatible with the particular insulation type where appropriate during installation. Pull all conductors into the raceway at the same time.

D. Wire and cable shall be new, manufactured within the past year, shall have size, insulation, voltage and manufacturer's name permanently marked on outer covering at regular intervals, shall be delivered in complete coils or reels with tags identifying size and insulation.

E. No wire shall be installed until the conduit and/or cable tray system is completed.

Page 120: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-4

F. Completely and thoroughly swab all raceway systems and trestle cable trays (new and existing being reused) before installing conductors. Exercise due care to prevent damage to conductor or insulation by rough edges, sharp objects, or improper handling or storage during cable installation.

G. Suitable pulling equipment, complete with the means for smooth variable speed control and in good operating condition, shall be employed in performing the cable installation work. Extreme care shall be exercised to avoid excessive tension and consequent deformation of the cable.

H. Make conductor lengths for parallel circuits equal.

I. Unless otherwise noted, the minimum wire size for power circuits shall be 12 AWG, minimum wire size for control circuits shall be 14 AWG.

J. Wire size for bridge lighting main feeders shall be #6 AWG from the EPO and along the entire length of the circuit in the cable tray. The taps off of the main feeders in the cable trays across the roadway and into the luminaire shall be #10 AWG.

K. Properly sized, minimum 12 AWG, green insulation copper grounding conductor shall be installed with each set of branch circuit conductors and equipment feeder circuit conductors.

L. Splicing of wires or cables shall be allowed only as necessary in accordance with the National Electric Code, or in suitable junction boxes or termination cabinets. No other splicing of cable or wire shall be acceptable. All splicing shall be accomplished using materials and methods approved by the District, such that the integrity of conductors and insulation is maintained. The number of splices shall be minimized to the greatest extent practical, with splicing allowed only in cases of pulling distance or maximum reel length restrictions with respect to termination location requirements.

M. Tap conductor to main feeder connections shall be made using standard products certified by their manufacturer as suitable for application in the location and environment where applied. All tap connectors shall be specifically rated by their manufacturer for application on the wire sizes and types being joined.

Page 121: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-5

N. All terminations shall be made using crimp-type lugs or compression-crimp splice connectors and equipment terminals rated for the particular conductor size and type being terminated. All strands of conductors shall be securely terminated; removal of strand wires to facilitate insertion into terminals shall not be acceptable. Suitable adaptive terminal blocks shall be supplied in locations requiring termination of oversized conductors due to voltage drop or other considerations, such that proper rating of all devices and conductors is maintained. Insulation shall be stripped so as not to expose excessive conductor lengths; care shall be taken in stripping insulation such that conductors or wire strands are not scored or otherwise damaged during removal of insulation. Approved installation tools shall be used.

O. Spare conductors shall be marked and labeled at both ends.

PART 2 PRODUCT 2.01 GENERAL

A. Single conductor wires shall be stranded copper sized as indicated on Contract Drawings. All single conductor wire shall be rated for 600 Volts with Type RHW-2 insulation, rated for 90 degrees C.

B. Cable run in the cable tray must be listed for “use in cable tray and sunlight resistant”.

C. Control cable shall be single conductor wire rated for 600 volts with Type RHW-2 insulation, rated for 194°F (90°C), or an approved equal through the District.

1. Single Conductors

a. 600V, RHW-2 insulated conductors, color-coded as follows:

PHASE 208Y/120V 480Y/277V

A Black Brown

B Red Orange

C Blue Yellow

Neutral White Grey

EGC Green Green

Page 122: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-6

2. Conductors shall not be smaller than No. 12 AWG, except for signal and control circuit wiring.

2.02 MANUFACTURERS

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

1. Houston Wire and Cable

2. Okonite Company

3. Southwire

4. Approved Equal

PART 3 EXECUTION

A. All incidental wiring applied at 600 Volts and below shall be of sizes and insulation types suitable for the application, shall have copper conductors, and shall fully comply with the NFPA-70 edition of the National Electric Code, in effect at the time of construction.

B. For connections at lighting fixtures and equipment/devices with factory supplied "leads", the following connectors shall be permitted:

1. Cable Size 14 through 8 AWG: Butt Splice.

2. Cable Size 6 AWG and larger: Burndy "servit", Type KSU or equal, split bolt type connector in cable tray Butt Splice.

3. Above connections shall be taped using electrical tape to 150 percent

of the insulation value of conductor.

4. Connectors

a. Manufacturers:

i. Tyco

ii. FCI-Burndy

iii. Ideal Industries, Inc.

iv. Ilsco

v. Thomas and Betts

vi. 3-M Electrical Products Division

Page 123: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-505-7

C. "Wire nuts'" are not acceptable for connecting any wire, regardless of size.

D. Screw type terminal blocks shall be installed in all terminal boxes unless specifically noted otherwise on the contract drawings.

E. T & B "Stak-On", or equal spade tongue, self-locking terminals shall be used on all wire connecting to screw terminals.

F. All connections of lighting circuits shall be made in boxes or fittings specifically approved for such purposes. Where splices are made in conduit fittings, the fitting shall be a minimum of one size larger than the largest conduit entering the fitting.

G. No splices or "repaired" section of wire shall be pulled into any conduit.

H. Thoroughly clean wires before installing lugs and connectors.

I. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise.

J. Final termination of wire and cables shall be in accordance with one-line diagrams, lighting schedules, schematic diagrams, wiring diagrams and equipment vendor schematic and wiring diagrams.

K. Splicing, terminating, and marking materials shall be rated appropriately for the purpose used, in full accordance with the edition of the National Electric Code in effect at the time of construction, and are subject to approval by the District prior to installation.

L. All control and power cabling used in the tunnels shall be low smoke zero halogen (LSZH) type.

M.

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per linear foot (LF) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 124: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-1

SECTION 506

COMMUNICATIONS CABLING AND INFRASTRUCTURE PART 1 GENERAL

1.01 DESCRIPTION

A. This work shall consist of furnishing and installing:

1. Fiber optic cables

2. Fiber optic splice enclosures

3. Fusion splicing for fiber optic strands and cables

4. Fiber optic patch panels and patch cables

5. Twisted wire audio cable

6. Category 6 unshielded twisted pair/shielded twisted pair (UTP/STP) patch cables

B. The fiber optic cables and related materials will be utilized to create a high speed communications backbone network and functional circuits between the new Communications Node Cabinets (CNC) in accordance with Project requirements.

C. This work shall also include furnishing, placing, and permanently marking wire and cable as required; furnishing and installing in an approved manner any required splices, terminals, supports, and markings; and testing to verify integrity of installed wire and splices.

D. All connections between Ethernet switches shall be implemented using fiber optic patch cord cables with LC-LC connectors.

E. All connections between the Ethernet switches and other CNC equipment shall be implemented using Category 6 unshielded twisted pair/shielded twisted pair (UTP/STP) network cables compliant with EIA/TIA 568-B standard cables.

F. The twisted wire audio cable shall be used to interconnect internal telephones with the telephone patch panel in the CNC, and to interconnect navigation light feedback circuits to the PLC panel in the CNC.

1.02 RELATED SPECIFICATIONS

A. Installation of Optical Fiber Cabling will require work as described in the following Specification Sections

Page 125: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-2

1. Section 401 - Communications Enclosure

2. Section 501 - Electrical Work, General

3. Section 502 - Raceways and Conduit Systems

4. Section 503 - Cable Tray Systems

5. Section 508 - Mounting Hardware

6. Section 510 - Electrical Identification

7. Section 511 - Electrical Testing

1.03 STANDARDS

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State, and Local laws, ordinances, regulations and codes, and the latest industry standards including, but not limited to the entities listed below:

1. Bellcore Standard TR-TSY-000843.

2. NECA - National Electrical Contractors Association, FOA 301 Standards for Installation.

3. NFPA 70 - National Electric Code, 2011.

4. ANSI/ICEA S-87-640: American National Standards Institute, Standard for Optical Fiber Outside Plant Communications Cable.

5. OSHA - Occupational Safety and Health Administration.

6. VOSH - Virginia Occupational Safety and Health.

B. The Contractor shall thoroughly review Contract Documents and perform all work and conform to all articles outlined herein.

1.04 SUBMITTALS

A. Complete manufacturer’s data and part numbers shall be provided for each type of cable or wire to be installed along with identification of the locations where it is intended to be installed. Such data shall be of sufficient kind and detail to demonstrate complete conformance with applicable standards, Project requirements, and suitability for the application proposed. No wire or cable shall be procured or installed prior to approval by the District. Material data shall be supplied to demonstrate conformance to requirements and shall be provided for incidental items such as splicing, terminating, and marking materials.

Page 126: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-3

B. The Contractor shall prepare a shop-drawing submittal, which shall include copies of descriptive literature for every component to be installed under this item. The submittal shall include a certificate of compliance verifying that the cable complies with the material requirements as detailed in the material section of this specification. The certificate of compliance shall be provided by an independent testing authority. If the District determines that the certificate of compliance is not acceptable, the Contractor shall be required to perform factory testing on exact samples of cables being proposed for the project.

C. All installed wiring shall be fully documented as to interconnections, routing and termination identification. The Contractor shall produce and supply record drawings of all specific wiring, to the extent that all terminations are identified by device terminal numbers and wire number(s) landed on each.

D. Maintain a written record of all tests showing date, personnel making tests, equipment or material tested, tests performed, manufacturer and serial number of testing equipment and results.

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Upon arrival at the job site and prior to installation, the Contractor shall inspect the cable and reel for signs of physical damage and the attenuation of all fibers shall be measured with an OTDR to confirm that the cable satisfies the specified requirements. Test results shall be recorded, dated, and compared to the factory test results accompanying the shipping reel. Attenuation deviations from the shipping records greater than 5 percent shall be brought to the attention of the District. The cable shall not be installed until completion of these test sequences and written approval from the District is obtained. Copies of traces and test results shall be submitted to the District. If the OTDR test results are unsatisfactory, the reel of fiber optic cable shall be considered unacceptable and all records corresponding to that reel of cable shall be marked accordingly.

B. Contractor shall store and handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

1.06 QUALITY ASSURANCE

A. Before shipment, but while on the shipping reel, the optical attenuation in all fibers shall be measured and documented. Copies of the results shall be attached to the cable reel in a waterproof pouch and submitted to the District prior to the delivery of the cable to the job site. The attenuation tests shall be performed with an Optical Time-Domain Reflectometer (OTDR) capable of

Page 127: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-4

recording and displaying anomalies of 0.2 dB as a minimum. The single-mode fibers shall be tested at both 1310 nm and 1550 nm.

PART 2 PRODUCTS

2.01 FIBER OPTIC CABLE

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include the following:

1. Corning Altos 048EUC-T4100D20

2. Belden

3. Approved Equal

B. The fiber optic cable shall be a 48-count, loose buffer-tube, gel-free design, with polyethylene outer jacket construction suitable for outdoor cable tray, conduit, and direct-bury installation. Jacket shall provide protection against ultraviolet (UV) radiation, sunlight, water, fungus, abrasion, and other environmental factors.

C. All optical fiber cabling used in the tunnel vent buildings shall be low smoke zero halogen (LSZH) type.

D. The fiber-optic cable shall consist of step-indexed, single-mode fibers, with a core/cladding diameter of 8.3/125 um. The cable shall have certified operation at both the 1310 nm and 1550 nm wavelengths.

E. The characteristics of the cable shall comply with the following specifications:

Outer Jacket Color = Black

Fibers per Tube = 12

Number of Tube Positions = 6

Number of Active Tubes = 4

Maximum Cable Diameter = 0.48 inch

Minimum Bending Radius = 7.2 inch (With Tensile Loading)

= 4.8 inch (Without Tensile Loading)

Minimum Tensile Strength = 600 lbf During Installation

= 200 lbf In Service

Operating Temperature Range = - 40°F to 158°F (-40°C to 70°C)

Attenuation = <0.35 db/km (1310 nm)

= <0.25 db/km (1550 nm)

Page 128: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-5

F. The cable shall be constructed of the following layers from the outside to the inner or of a functionally equivalent design. If a different design is used, the Contractor shall submit evidence detailing how the alternate design meets or exceeds the performance that would be obtained from the specified configuration. The District reserves the right to approve or reject any alternate proposal.

1. Layer 1(Outer) - High Density Polyethylene sheath

2. Layer 2 - Corrugated steel tape armor

3. Layer 3 - Water Swellable Blocking Tape

4. Layer 4 - Loose buffer tubes or filler rods

5. Layer 5 – Dielectric Central Strength Member constructed of an aramid or epoxy-glass composite rod

6. Any buried fiber cable shall also have a Single Conductor Fiber Optic Cable Tracer Wire.

G. The outer cable jacket shall have sequential length markings in meters or feet. The actual length of the cable shall be within +/- 1% of the length markings. The marking shall be in a contrasting color to the cable jacket. The height of the marking shall be approximately 2.5 mm.

H. The Contractor shall provide a certificate of compliance verifying that the cable being proposed complies with the requirements set forth in this item. The certificate shall be provided as part of the shop drawings and shall include certified test results from an independent laboratory. All test documentation shall be provided in English. The test results submitted for approval shall not be more than two years old and shall have been conducted on similar materials to those being proposed for the Project. The District reserves the right to order the Contractor to perform specific tests on the samples of the cable to be provided, if it is determined that the certified test results provided are invalid or inadequately document that the cable complies with all of the requirements of these Specifications.

I. Fibers are to be fusion spliced. The splice is then protected with a heat shrink splice protector and stored within an organizer or splicing tray within the closure. Tubes and pigtails shall be firmly anchored to the organizer. As fiber tubes have 12 fibers, trays shall house 12 fibers or multiples of 12 fibers.

2.02 FIBER OPTIC JUMPERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include the following:

Page 129: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-6

1. Corning 750 Series

2. Belden

3. Approved Equal

B. Jumpers shall be single mode, type duplex LC-LC, 1m length

C. Insertion Loss: < 0.2dB.

D. Back Reflection: < -35dB.

E. Operating temperature: - 40°F to 167°F (-40°C to 75°C)

2.03 FIBER OPTIC SPLICE ENCLOSURE

A. Available Manufacturers:

1. Coyote PUP

2. Approved Equal

B. Splice enclosures will be suitable for the intended locations as noted on drawings and as needed for continuous fiber run where noted, as specified in the National Electrical Code, as recommended by the cable manufacturer, and be water proof, rodent proof and re-enterable. The Contractor shall provide technical data, and if necessary, samples of the proposed splice case and splice making material for evaluation and approval by the District.

C. The splice enclosure shall consist of an outer closure, an inner closure and shall be supplied complete with splice organizer trays, brackets, plugs, clips, cable ties and sealants as needed.

D. The splice enclosures shall utilize heat shrink seals with a hot-melt adhesive system. The splice case shall have 4 entry points; unused openings shall be sealed but available for future use.

E. The splice enclosure shall accommodate 6 splice trays each supporting 12 splices per tray for a total enclosure splice capacity of 72.

2.04 FIBER SPLICES

A. Splicing kits to be provided will be suitable for the fusion splicing method.

2.05 FIBER OPTIC PATCH PANEL

A. Available Manufacturers:

1. Corning LANscape

2. Approved equal

Page 130: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-7

B. The fiber optic patch panels shall be rack mounted inside the CNC cabinets as shown on the Plans and shall be suitable for loose-tube and tight-buffered optical fiber cables.

C. 4U EIA 19-inch rack mount-fiber optic patch panel with space for up to twelve (12) individual fiber connector panels.

D. Each panel shall be configured with four (4) fiber connector panels with 12 keyed LC duplex connectors, to terminate twelve (12) fibers each with duplex LC connectors using pre-connectorized pigtail construction with pigtail insertion loss: 0.1 dB. The remaining eight (8) panels shall be blank.

E. Clear removable front door and removable front and rear enclosures for easy connector access, strain relief brackets, routing clips and guides, mounting brackets, and documentation labeling.

F. Operating temperature: -4F to 140F

2.06 CATEGORY 6 ETHERNET PATCH CABLE

A. Available Manufacturers:

1. Belden

2. Approved equal

B. All cable used in CNC cabinets shall utilize industrial grade outdoor rated pre-connectorized IP20 EIA/TIA 568-B compliant standard cables.

C. All cables shall have a continuous jacket of Polyvinyl Chloride (PVC) with jack thickness of 0.03” (75mm) nominal thickness.

D. Jacket shall be ultraviolet (UV) radiation, sunlight, water and oil resist per UL 1581.

E. Cables shall be rate for 75 degrees Celsius application and shall pass a -40 degree Celsius cold bend test per UL 1581.

2.07 AUDIO CABLE

A. Available Manufacturers:

1. Belden

2. Approved equal

B. No. 22 AWG, 2pr stranded, tinned copper (TC) conductors, overall aluminum foil shield (100% coverage), drain wire, and black UV resistant and insulated PVC insulated jacket.

C. Cable shall be suitable for outdoor cable tray and conduit installation. Jacket shall provide protection against ultraviolet (UV) radiation, sunlight, water,

Page 131: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-8

fungus, abrasion, and other environmental factors. PART 3 EXECUTION

3.01 FIBER CABLE INSTALLATION

A. Prior to placing the cable, all preparatory work, including the installation of cable trays, supports, conduits, pull boxes, trenching, and man-holes shall be completed.

B. All existing conduits shall be swabbed clean and must be free of burrs or obstructions before installing cables.

C. Install fiber optic equipment in accordance with manufacturer’s installation procedures including use of swivels, free floating the pull tap, basket-weave wire/cable grips, that will not damage cables or raceway.

D. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

E. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation.

F. Within direct buried or conduit installations a detectable tracing conductor 14 AWG minimum shall be installed along with the fiber cable and grounded to pull boxes and manholes per manufacturer’s instructions.

G. Within conduit installations a pull tap shall be installed along with the fiber optic cable to be used for future installation work.

H. Except as noted on the Plans, the fiber optic cables shall be installed as a continuous segment of cable, without splicing, between Communication Node Cabinets (CNC).

I. The methods used to install the cable shall not exceed the rated pulling-strength of the cable and shall be consistent with the manufacturer’s published procedures.

J. After placing each segment of cable, and prior to splicing, the Contractor shall measure the attenuation of the fibers in the installed cable. The Contractor shall compare the results of this test with those of the previous test for the same cable and fibers. Any change in attenuation shall not exceed the tolerance of the original specifications. If any fibers fail the test, or if the length of fiber as measured by the OTDR has changed, the cable shall be removed from the job site and replaced with an entirely new cable, at the Contractor’s expense.

K. At each CNC location, the Contractor shall provide a minimum of 25’ of slack for each cable segment, coiled neatly inside the CNC according to the

Page 132: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-9

manufacturer’s recommendations.

3.02 SPLICING

A. All splices shall use the fusion technique. Fusion splicing equipment shall be provided by the Contractor and shall be cleaned, calibrated, and specifically adjusted to the fiber and environmental conditions at the start of each shift. Fusion splicing equipment used shall be approved by the District. Splice enclosures, organizers and incidentals, and cable end preparation tools and procedures shall be approved by the District. The Contractor shall provide specifications for the fusion splicing machine, calibration certificates, and test procedures for review. All splices shall be tested to the satisfaction of the District.

B. Each spliced fiber shall be packaged in a protective sleeving or housing. Bare fiber shall be completely re-coated with a protective 8 RTV, gel or similar substance, prior to application of the sleeve or housing, so as to protect the fiber from scoring, dirt or micro-bending.

C. All fibers shall be terminated or spliced inside either a fiber optic splice enclosure or the fiber optic patch panel.

3.03 FIBER OPTIC PATCH PANELS

A. The Fiber Optic Patch Panels shall be installed as specified in the plans and the Contractor shall follow all accepted good industry practices while installing and terminating the associated fiber optic cables

B. Patch Panels shall come with cable strain relief hardware and pull out schedule label for administrative documentation. The Contractor shall label each patch panel with the designated patch panel number and far end cable destination. The schedule label shall identify each fiber port with a unique identifier (Coordinate with the District).

C. Pigtails shall be fusion spliced to the fiber optic cable and terminated in the fiber patch panel.

D. All work shall be neat and in a workmanlike manner. Particular care shall be taken as to not crush or kink the cable. If in the opinion of the District the cable has been crushed or kinked, the entire cable span shall be removed and replaced at the Contractor's expense.

E. Patch cord assemblies shall be of sufficient length to accommodate equipment mounting locations and be routed through horizontal and vertical cable management system.

Page 133: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-506-10

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per linear foot (LF) or each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 134: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-507-1

SECTION 507

ELECTRICAL ENCLOSURES AND PANELS PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing and installing a new Lighting Unit Substation (LUS) cabinet and related equipment as shown on the Plans

B. The Contractor shall furnish and install all necessary hardware needed for a functional system.

1.02 RELATED SPECIFICATIONS

A. Section 501 – Electrical Work General

B. Section 502 – Raceways and Conduit Systems

C. Section 504 – Medium Voltage Cables

D. Section 505 – Low Voltage (600V) Cables

E. Section 508A – Electrical Transformers (Low Voltage)

F. Section 508B – Electrical Transformers (Oil Filled)

G. Section 510 – Electrical Identification

H. Section 511 – Electrical Testing

1.03 SUBMITTALS

A. Comply with Division 1, Submittals.

B. Catalog cuts, standard drawings, and working drawings shall be submitted in sufficient detail to fully describe all components of the system including wiring diagrams, and certify their suitability to meet all Project requirements, including exposure to a marine environment.

C. All submittals provided shall meet requirements as listed in each Technical Specification. Any deviations from the Specifications shall be clearly marked as such.

1.04 PRODUCT DELIVERY, STORAGE AND HANDLING

A. The entire LUS including all subassemblies shall be fabricated and assembled off-site in such a way as to prevent damage during shipment.

Page 135: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-507-2

B. Store materials under environmental conditions recommended by manufacturer to prevent damage.

C. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

D. Only install materials within the range of environmental conditions per referenced installation standards or manufacturer’s recommendations.

1.05 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, non-compliance with Contract Documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

PART 2 PRODUCTS

2.01 GENERAL

A. Manufacturers: All material and equipment provided under this Specification shall be provided by Southern Manufacturing, or approved equal.

B. Dimensions: 48”H x 72”W x 20”D enclosure. One side of the enclosure shall be approximately 30 inches wide and the other side shall be approximately 42 inches wide.

C. All external cabinetry enclosure material shall be NEMA 4X, fabricated from 12-gauge Type 316 Stainless Steel, smooth polish finish. This includes all sheet metal, door handle, door cam, hinge and hardware

D. Designed for base mounting with closed bottom and optional riser

E. Two door front access with welded center posts between doors. Each door shall allow access to one of the two cabinet sections.

F. Door handles, ¾” diameter, padlock capable, stainless steel

G. Latching 3-point door with nylon rollers for top and bottom strikers, a 3-position door stop rod (90, 120 & 180 deg.), continuous neoprene door gasket and continuous heavy duty 14-gauge stainless steel hinges with ¼ turn cam clips around the entire door perimeter.

Page 136: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-507-3

H. Door switch brackets for each door.

I. Lifting eyes, heavy duty

2.02 BACK PANELS

A. There shall be a separate electrical equipment Type 316 stainless steel back panel for each of the cabinet sections.

B. The 480VAC Main Distribution Panel (Right Door) shall include:

1. 100A main disconnect, 3-pole, and distribution panel with 30 spaces

2. 30A 3- pole breaker for south lighting circuit

3. 30A 3- pole breaker for north lighting circuit

4. 30A 2- pole breaker VMS (LUS1, LUS3 LUS6, LUS8 only)

5. 50A 3-pole breaker for the main feed to the 30kVA transformer

6. 2 Lighting contactors with HOA switch and photocell

C. The 208 / 120 VAC Emergency Service Panel (ESP) (Left Door) shall include:

1. 100A main disconnect, 3-pole, and distribution panel with capacity for 30 spaces

2. 60A 2- pole breaker for CNC cabinet

3. 20A 2- pole breaker for radar speed sign (LUS4, LUS7 only)

2.03 LIGHTING CONTACTORS

A. 2 - 6 Pole 480V lighting contactor; per each LUS enclosure. All the poles

shall be Normally Open (NO). 1. Contact rating is 30A (minimum) 2. Coil voltage shall be 120 Volts 3. Contacts shall accept wires size up to #4 AWG. 4. Mechanical operating cycles of contactor shall be a minimum of

30,000,000.

2.04 PHOTOCELL

A. Photocell to control the automated operation of the lighting contactor to energize both roadway lighting circuits.

Page 137: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-507-4

2.05 GENERATOR RECEPTACLE

A. A water tight marine grade receptacle shall be included on the left side of the cabinet to accept portable generator connection to energize the ESP panel via the manual transfer switch as shown in the Plans.

B. Water tight pin and sleeve angled connector plug, UL/CSA switch rated to make or break connection under full load.

C. 600V 150A rated.

D. NEMA Type 4X, IP66/67 environmental rating

E. Manufacturer: Meltric DSN150 or approved equal.

2.06 MANUAL TRANSFER SWITCH

A. A manual transfer switch, or similar interlocking device, connected to the portable generator receptacle and allows manual transfer of the source of the ESP load from the 30KVA transformer to the generator power as shown on the Plans.

PART 3 EXECUTION 3.01 INSTALLATION

A. Install units in accordance with manufacturer’s instructions as shown on Contract drawings.

B. Cut wires to proper length. Do not double back wires to take up slack. Provide service loops to facilitate the removal and replacement of assemblies, panels, and modules for maintenance. Secure cables with nylon cable clamps. Carry the grounded side of the electric service throughout the cabinet without a break. Label all wiring.

C. Cover all conductors and live terminals or parts, which could be hazardous to maintenance personnel with suitable insulating material

D. Ground and bond back panels and cabinet components in accordance with TIA/EIA 607.

E. Photo-cell and HOA for the lighting shall control both the North and South 480V Bridge Lighting Circuits.

3.02 TESTING

A. All panels and connections shall be thoroughly tested as a unit and as part of the LUS cabinet prior to connection of any loads.

Page 138: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-507-5

B. Each LUS will be thoroughly tested as a complete system with all equipment installed, integrated and fully functional as part of a trestle acceptance test.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 139: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508A-1

SECTION 508A

ELECTRICAL TRANSFORMERS (LOW-VOLTAGE) PART 1 GENERAL

1.01 DESCRIPTION

A. This work shall consist of furnishing and installing a low-voltage electrical transformer at the EPO to step down the 480VAC 3-phase service to a 120/208VAC service to support the emergency service panel within the LUS as shown on the Plans.

1.02 RELATED SPECIFICATIONS

A. Installation of Electrical Transformers will require work as described in the following Specification Sections

1. Section 401 - Communications Enclosure

2. Section 501 - Electrical Work, General

3. Section 502 - Raceways and Conduit Systems

4. Section 503 - Cable Tray Systems

5. Section 508 - Mounting Hardware

6. Section 510 - Electrical Identification

7. Section 511 - Electrical Testing

1.03 STANDARDS

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State, and Local laws, ordinances, regulations and codes, and the latest industry standards including, but not limited to the entities listed below:

1. Institute of Electrical and Electronics Engineers, Inc. (IEEE): C57.96, Guide for Loading Dry Type Transformers.

2. National Electrical Contractors Association (NECA): 409, Recommended Practice for Installing and Maintaining Dry-Type Transformers.

3. National Electrical Manufacturers Association (NEMA):

a. 250, Enclosures for Electrical Equipment (1000 Volts Maximum).

b. ST 20, Dry-Type Transformers for General Applications

Page 140: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508A-2

c. TP 1, Guide for Determining Energy Efficiency for Distribution Transformers.

4. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC).

5. Underwriters Laboratories Inc. (UL).

a. 486E, Standard for Equipment Wiring Terminals for use with Aluminum and/or Copper Conductors.

b. 489, Standard for Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit Breaker Enclosures.

c. 1561, Standard for Dry-Type, General Purpose, and Power Transformers.

B. The Contractor shall thoroughly review Contract Documents and perform all work and conform to all articles outlined herein.

1.04 SUBMITTALS

A. Action Submittals:

1. Descriptive information.

2. Dimensional drawings including weight.

3. Transformer nameplate data

4. Schematic and connection diagrams

B. Informational Submittals:

1. Operation and maintenance data

2. Factory test reports certified including sound test certification for dry type power transformers (0- to 600-volt, primary

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Contractor shall store, and handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

PART 2 PRODUCTS

2.01 GENERAL

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work

Page 141: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508A-3

include the following:

1. Eaton/Cutler-Hammer

2. Square D Co.

3. Larson Electronics LLC

4. Approved Equal

B. Integral Unit: Compartmental type unit consisting of transformer, high and low voltage terminating compartments, in a NEMA 4X Type 316 stainless steel enclosure suitable for pad mounting.

C. kVA Rating: 30.

D. Dry-type, self-cooled, core and coil resin encapsulated copper windings.

E. Configuration: Three-phase, 480-volt delta primary, 208/120-volt wye grounded secondary.

F. Efficiency: Meet or exceed values in Table 4.2 of NEMA TP 1.

G. Insulation: 180-degree C with 115-degree C winding temperature rise.

H. Taps: Full capacity, 2-1/2 percent voltage taps, two above and two below normal voltage.

I. Impedance: 2 to 5 percent.

J. Overload Capability: Short-term overload in accordance with IEEE C57.96.

K. Nameplate shall meet ANSI C57.12.00 for Nameplate B.

L. Vibration Isolators:

1. Rated for transformer’s weight.

2. Isolate core and coil assembly from transformer enclosure with integral vibration isolator.

PART 3 EXECUTION

3.01 GENERAL

A. Install in accordance with NECA and manufacturer’s instructions.

B. Load external vibration isolator such that no direct transformer unit metal is in direct contact with mounting surface.

C. Secure to mounting pads with Type 316 stainless steel anchor bolts, sized by equipment manufacturer.

D. Install plumb and longitudinally in alignment with pad.

E. Provide non-metallic watertight grounding connector for liquid-tight flexible non-metal conduit connection to transformer enclosure.

Page 142: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508A-4

F. Connect voltage taps to achieve (approximately) rated output voltage under normal plant load conditions.

G. Ground neutrals and enclosures in accordance with applicable codes.

H. Inspect transformer terminations prior to energizing.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 143: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-1

SECTION 508B

ELECTRICAL TRANSFORMERS (OIL-FILLED) PART 1 GENERAL

1.01 DESCRIPTION

A. This work shall consist of furnishing and installing an oil-filled electrical transformer at the EPO to step down the 3-phase 13.8KV bridge trestle feeder circuit to a 480VAC 3-phase service to support the LUS main distribution panel as shown on the Plans.

1.02 RELATED SPECIFICATIONS

A. Installation of Electrical Transformers will require work as described in the following Specification Sections

1. Section 401 - Communications Enclosure

2. Section 501 - Electrical Work, General

3. Section 502 - Raceways and Conduit Systems

4. Section 503 - Cable Tray Systems

5. Section 508 - Mounting Hardware

6. Section 510 - Electrical Identification

7. Section 511 - Electrical Testing

1.03 STANDARDS

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State, and Local laws, ordinances, regulations and codes, and the latest industry standards including, but not limited to the entities listed below:

1. ASTM International (ASTM): D3487, Standard Specification for Mineral Insulating Oil Used in Electrical Apparatus

2. Institute of Electrical and Electronics Engineers, Inc. (IEEE):

a. 386, Standard for Separable Insulated Connector Systems for Power Distribution Systems Above 600V.

b. C57.12.00, Standard General Requirements for Liquid-Immersed Distribution, Power, and Regulating Transformers.

c. C57.12.22, Pad-Mounted, Compartmental-Type, Self-Cooled, Three-

Page 144: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-2

Phase Distribution Transformers with High-Voltage Bushings, 2,500 kVA and Smaller.

d. C57.12.26, Pad-Mounted, Compartmental-Type, Self-Cooled, Three-Phase Distribution Transformers for Use with Separable Insulated High Voltage Connectors.

e. C57.12.28, Switchgear and Transformers—Pad-Mounted Equipment, Enclosure Integrity.

f. C57.12.90, Standard Test Code for Liquid Immersed Distribution, Power, and Regulating Transformers.

g. C57.106, Guide for Acceptance and Maintenance of Insulating Oil in Equipment.

h. C62.11, Metal-Oxide Surge Arrestors for Alternating-Current Power Circuits (>1 kV).

3. National Electrical Manufacturers Association (NEMA):

a. TR 1, Transformers, Regulators, Reactors.

b. TP 1, Guide for Determining Energy Efficiency for Distribution Transformers.

4. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC).

5. National Electrical Contractors Association (NECA): 410-2013 Standards for Installing and Maintaining Liquid Filled Transformers.

6. Underwriters Laboratories Inc. (UL).

B. The Contractor shall thoroughly review Contract Documents and perform all work and conform to all articles outlined herein.

1.04 SUBMITTALS

A. Action Submittals:

1. Descriptive information.

2. Dimensional drawings including weight.

3. Transformer nameplate data

4. Schematic and connection diagrams

B. Informational Submittals:

1. Operation and maintenance data

2. Factory test reports certified

Page 145: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-3

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Contractor shall store, and handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

PART 2 PRODUCTS

2.01 GENERAL

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include the following:

1. Cooper Power Series, Waukesha, WI

2. Eaton/Cutler-Hammer

3. Square D Co.

4. General Electric Co.

5. Approved Equal

B. Integral Unit: Compartmental type unit consisting of transformer, oil-filled tank, and high and low voltage terminating compartments, assembled on a common structural base.

C. kVA Rating: 45.

D. Primary Voltage: 13.8 kV, Delta line-to-line volts, 60-Hz. The primary configuration and the basic lightning impulse insulation level (BIL) shall be 13,800 Delta, 95 kV BIL, 60-Hz.

E. Secondary Voltage: 480/277 volts, three-phase, wye grounded, four-wire, 60 Hz.

F. BIL Rating:

1. 95 BIL for 15 kV insulation class transformers

2. 30 BIL for secondary

G. Temperature Rise: 55/65 degrees C above 30 degrees average ambient with maximum ambient not to exceed 40 degrees C. The average winding temperature rise above ambient, when tested at the base transformer rating, shall not exceed 55 degrees C, and when tested at 112 percent of base rating shall not exceed 65 degrees C.

H. Coil Conductors: Copper windings.

I. Impedance: 1.35 percent minimum for transformers rated 150 kVA and less.

J. Efficiency: Meet or exceed values in Table 4-1 of NEMA TP 1.

K. Sound Level: In accordance with manufacturer’s standards.

Page 146: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-4

L. Dielectric Coolant: The dielectric coolant shall be bio-based, fully biodegradable, electrical insulating and cooling, nontoxic, and non-bio accumulating fluid, qualifying as "less flammable" per NEC 450.23; Factory Mutual approved or UL classified. The dielectric coolant shall be listed less- flammable fluid meeting the requirements of NEC 450-23. The base fluid shall be 100 percent derived from edible seed oils. The performance-enhancing additives shall be food grade. The fluid shall be certified to comply with the US EPA Environmental Technology Verification (ETV) requirements and tested for compatibility with transformer components. The fluid shall be Factory Mutual approved, and UL classified.

M. The tank shall be complete with an anodized aluminum laser engraved nameplate. This nameplate shall meet IEEE C57.12.00 for Nameplate B.

N. Primary Taps:

1. Full capacity. The transformer shall be furnished with full capacity, +/- 2.5 percent above / below rated voltage, high-voltage taps.

2. Externally operated no-load tap changer. The tap changer switch shall be an externally-operated, snap action switch with a hotstick-operable handle. The tap changer shall be clearly labeled to reflect that the transformer must be de-energized before operating the tap changer, as required in Section 3.3 of IEEE C57.12.26. Taps shall be provided on the higher voltage of dual voltage primary units.

3. Provisions for locking handle in any position.

2.02 ENCLOSURE

A. In accordance with IEEE C57.12.28 requirements, the pad-mounted equipment shall meet the requirements for tamper resistance set forth in IEEE C57.12.28, including but not limited to the pry test, pull test, and wire probe test.

B. Welded 300 series 316L stainless steel transformer (all components) with cooling panels when required and lifting eyes.

C. 12-gauge sheet steel terminal compartment enclosure having no exposed screws, bolts, or other fasteners that are externally removable.

D. Color and Finish:

1. The unit shall be Green (Munsell 7GY 3.29/1.5) in color. The cabinet interior and tank face shall be painted for ease of viewing the internal compartment. The tank coating shall meet all requirements in IEEE C57.12.28 including:

a. Salt spray test.

b. Crosshatch adhesion test.

Page 147: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-5

c. Humidity test.

d. Impact test.

e. Oil resistance test.

f. Ultraviolet accelerated weathering test.

g. Abrasion resistance – Taber abraser.

E. The tank shall be constructed to withstand 7 psi without permanent deformation, and 15 psi without rupture. The tank shall include a pressure relief valve with a flow at 15 psig of 35 scfm minimum.

2.03 TERMINAL COMPARTMENTS

A. General:

1. IEEE C57.12.28, enclosed high and low voltage compartments side by side, separated by steel barrier, bolted to transformer tank.

a. The core and coil shall be vacuum processed to ensure maximum penetration of insulating fluid into the coil insulation system. While under vacuum, the windings will be energized to heat the coils and drive out moisture, and the transformer will be filled with preheated filtered degassed insulating fluid. The core shall be manufactured from burr- free, grain-oriented silicon steel and shall be precisely stacked to eliminated gaps in the corner joints. The coil shall be insulated with B-stage, epoxy coated, diamond-pattern insulating paper, which shall be thermally cured under pressure to ensure proper bonding of conductor and paper.

1. The compartment depth shall be in accordance with Figure 7 of IEEE C57.12.26, unless additional depth is required to meet BIL requirements.

2. In addition to the regular locking provision, all access doors shall be secured by a recessed, captive, penta-head bolt that meets the dimensions set forth in IEEE C57.12.28.

2. Doors:

a. Individual, full-height, air-filled.

b. Low voltage door with three-point latching mechanism, vault type handle, and single padlocking provision.

c. High voltage door fastenings inaccessible until low voltage door has been opened.

d. Door Bolts: Penta-head type.

e. Lift-off, stainless steel hinges and door stops.

Page 148: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-6

f. Removable front sill to facilitate rolling or skidding over conduit stubs.

g. Recessed lock pocket, with steel door release bolt adjacent to secondary compartment door handle.

B. High Voltage Compartment:

1. Deadfront in accordance with IEEE C57.12.26 type construction.

2. Operating handle for VFI.

3. High voltage bushings.

4. Transformer grounding pad.

5. Surge arrestors without barriers.

6. Loop feed, with two load-break ON/OFF switches.

C. Low Voltage Compartment.

1. Live-front in accordance with IEEE C57.12.26 type construction.

2. Low voltage bushings.

3. Grounding pad.

4. Stainless steel equipment nameplate.

5. Liquid level gauge.

6. 1-inch upper filter press and filling plug.

7. Drain valve with sampling device.

8. Dial type thermometer.

9. Pressure relief valve.

10. Pressure-vacuum gauge.

2.04 BUSHINGS

A. High Voltage, Dead-front Termination:

1. Bushing Style: The high voltage bushing shall be A 600A dead-break primary one-piece bushing externally removable, 3-phase rated, integral design. (Example: Cooper Power Systems catalog sections 800-45 and 800-47), T-OP II elbow connectors required with load-reducing tap plug for arrester connection.

2. Bushing Configuration, 15 kV Loop Feed Dead-front: The transformer shall be provided with six high-voltage bushings in accordance with Figure 6a of IEEE C57.12.26 for loop feed configurations. For these configurations the K dimension (from the centerline of the bushing well to the center of the

Page 149: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-7

parking stand) shall be 6.5 inches. The bushing heights shall be in accordance with Figure 7 of IEEE C57.12.26.

3. Bushings externally clamped and front removable.

4. Rated for 600 amperes continuous, 95 kV BIL.

5. Standoff brackets located adjacent to bushings.

B. Low Voltage:

1. The transformer shall be provided with tin-plated spade-type bushings. The spacing of the connection holes shall be 1.75 inches on center, in accordance with IEEE C57.12.26, Figure 9. The quantity of connection holes shall be 16 holes.

2. Bushing supports shall be provided for units requiring 10 or more connection holes. Bushing supports shall be attached to the cabinet sidewalls or roof; tank-mounted support mountings are not acceptable.

3. Bushing Configuration: The transformer shall be provided with bushings in a staggered arrangement in accordance with Figure 8a of IEEE C57.12.26. The bushing heights shall be in accordance with Figure 7 of IEEE C57.12.26.

4. Molded epoxy bushing clamped to tank with 16-hole spade-type terminals.

5. Rated 150 percent of continuous full-load current, 30 BIL, 600 volts.

6. Internally connected neutral extending to neutral bushing.

2.05 HIGH VOLTAGE SWITCHING

A. Internal, oil-immersed, gang-operated load-break, manually operated switches.

B. Hot stick operated handle located in high voltage compartment.

C. Capable of operating at full-load current.

D. Feed Switch: Two each, two-position, ON/OFF radial

2.06 HIGH VOLTAGE PROTECTION

A. Accessible through primary compartment.

B. The high-voltage overcurrent protection scheme provided with the transformer shall be an integral vacuum fault interrupter (VFI). The VFI shall have a maximum interrupting rating of 12,000A RMS symmetrical with resettable fault protection up through 35 kV. The VFI shall also include a tri-phase electronic breaker control with over 100 minimum trip settings, and five selectable time current curves. Set trip setting and time current curve per manufacture.

Page 150: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-8

C. Provide Bayonet Fusing w/ Drip-Shield, Current Limiting Backup Fuses, sized per manufacturer recommendations.

2.07 SURGE ARRESTORS

A. Metal-Oxide, Varistor Type.

1. Insulated body, elbow type, 15 kV in accordance with IEEE C62.11.

2. Installed in high voltage compartment.

3. Connected to transformer high voltage terminals.

a. The high-voltage overvoltage protection scheme provided with the transformer shall protect the high-voltage winding.

b. Externally mounted, heavy-duty distribution class M.O.V.E. dead-front elbow arresters shall be supplied. (Example: Cooper Power Systems Catalog section 235-55 and 235-65.) If primary bushings are 600 AMP or 900 AMP, T-OP II elbow connectors required with load-reducing tap plug for arrester connection.

2.08 TANK GROUNDING PADS

A. High and Low Voltage Compartments.

1. Connected, together with bare No. 2/0 stranded copper conductors.

2. Wye-wye high and low voltage neutrals internally connected with link and brought out to insulated low voltage bushing externally grounded to tank.

3. Low voltage neutral connected to externally mounted insulating bushing in low voltage compartment and grounded to tank with removable strap.

2.09 TAP CHANGER WARNING SIGN

A. Red laminated plastic, engraved to white core.

B. Engrave to read: DO NOT OPERATE WHEN TRANSFORMER ENERGIZED.

C. Mount above tap changer handle.

2.10 FACTORY TESTS

A. Production tests in accordance with IEEE C57.12.90 and IEEE C57.12.00, Section 8 and Table 16.

B. Dielectric test in accordance with IEEE C57.12.26.

C. All units shall be tested for the following:

Page 151: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-9

1. No-load (85 degrees C) losses at rated current.

2. Total (85 degrees C) losses at rated current.

3. Percent impedance (85 degrees C) at rated current.

4. Excitation current (100 percent voltage) test.

5. Winding resistance measurement tests.

6. Ratio tests using all tap settings.

7. Polarity and phase relation tests.

8. Induced potential tests.

9. Full wave and reduced wave impulse test.

10. In addition, the manufacturer shall provide certification upon request for all design and other tests listed in IEEE C57.12.00, including verification that the design has passed short circuit criteria in accordance with IEEE C57.12.00 and C57.12.90.

2.11 ACCESSORIES

A. The following accessories shall be provided:

1. Lifting lugs (4).

2. Tank handhole cover.

3. 1-inch upper fill plug.

4. 1-inch drain plug in HV compartment.

5. 1-inch drain/sampling valve in LV compartment.

6. Automatic pressure relief valve.

7. Stainless steel cabinet hinges and mounting studs.

8. Liquid level gauge.

9. Dial-type thermometer.

10. 30-inch deep cabinet.

11. Pressure/vacuum gauge.

12. Globe-type upper fill valve.

13. Two ON/OFF load break switches.

14. Ground connectors

15. High voltage warning signs

16. Touch-up paint

Page 152: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-508B-10

17. Stainless steel tank base and cabinet.

18. Factory Mutual approved transformer (for Code-listed installations on, near, or inside of buildings.

19. UL listed and classified transformer (for Code-listed installation on, near, or inside of buildings) per UL XPLH

PART 3 EXECUTION

3.01 GENERAL

A. Secure to mounting pads with type 316 stainless steel anchor bolts, sized by equipment manufacturer, 1/2-inch minimum diameter.

B. Install plumb and longitudinally in alignment with pad.

C. Ground neutrals and enclosures in accordance with applicable codes.

3.02 ADJUSTMENTS

A. Adjust voltage taps to obtain rated output voltage under normal operating load conditions.

B. Inspect all terminations prior to energizing the transformer.

PART 4 MEASUREMENTS AND PAYMENT 4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 153: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-509-1

SECTION 509

ROADWAY LIGHTING PART 1 GENERAL 1.01 DESCRIPTION

A. This work shall consist of furnishing, installing, and testing Light Emitting Diode (LED) roadway lighting luminaires, cable tap lugs, disconnects, and in-line fuses in accordance with these specifications and in conformity to the details shown on the plans.

1.02 RELATED SPECIFICATIONS

A. Section 502 – Raceways and Conduit Systems

B. Section 505 – Low Voltage (600V) Cabling

C. Section 507 – Electrical Enclosures and Panels

1.03 STANDARDS

A. Design and performance of components and methods specified herein shall comply with all applicable Federal, State and Local laws, ordinances, regulations and codes, and with the latest industry standards including, but not limited to the entities listed below:

1. ANSI – American National Standards Ins.

2. UL – Underwriters Laboratories, Inc.

3. NEMA – National Electrical Manufacturer’s Association.

4. NFPA – National Fire Protection Association.

5. Virginia Department of Transportation 2007 Road and Bridge Specifications.

6. NEC - National Electric Code.

B. It is the Contractor’s responsibility to thoroughly review the Contract Documents and conform to all articles presented therein.

1.04 SUBMITTALS

A. Comply with Division 1, Submittals.

B. Catalog cuts, standard drawings, and working drawings shall be submitted in sufficient detail to fully describe all components of the system and certify their

Page 154: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-509-2

suitability to meet all Project requirements, including exposure to a marine environment.

C. All submittals provided shall meet requirements as listed in each Technical Specification. Any deviations from the Specifications shall be clearly marked as such.

1.05 PRODUCT DELIVERY, STORAGE AND HANDLING

A. Deliver materials in manufacturer’s original packages.

B. Store materials under environmental conditions recommended by manufacturer to prevent damage.

C. Contractor shall handle materials as recommended by the manufacturer to prevent damage and to prevent any reduction in serviceability of the material.

1.06 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection and testing, and shall provide full information concerning any materials entering into the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, non-compliance with Contract Documents, and applicable codes and permits, shall be corrected at no additional expense to the District.

C. All work described in this section shall be installed and tested by factory certified technicians qualified for this work. The technicians shall have a minimum of five (5) years of installation experience with the proposed manufacturer(s). When requested, the Contractor shall provide documentation verifying longevity of the installing company's relationship with the manufacturer.

PART 2 PRODUCTS 2.01 LED LUMINAIRE FIXTURE

A. LED Luminaires provided under this Specification shall be:

1. ARRLUX Alpha series model BBARELTWSLC061-00-IL-50

2. Or approved equal

Page 155: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-509-3

B. Meets 3G vibration per ANSI C136.31.2010

C. Meets a 1000-hour salt spray certification per ASTM B117/ISO 9227:2012.

D. Slip-fitter with a +/- 20 degree of adjustment for leveling.

E. Modular design for easy installation, replacement and maintenance

F. Die cast Marine Grade 5086-H32 aluminum housing with corrosion resistant polyester powder painted 100 micro thickness meeting IP67,

G. Color: gray

H. Optical Lens: Work with the District to determine the Type

I. Power usage: 156 watts

J. Input Voltage: 347-480VAC

K. Driver current 700mA

L. LED modules and number of LEDs: 4/72

M. Minimum color rendering index (CRI): 70

N. Delivered Lumens: 20280

O. Operating temperature: -40 to +50 degrees Celsius

2.02 CABLE TAP LUGS

A. Cable tap lugs shall be used to splice the lighting circuit cables in the cable tray to the cables to each lighting pole and LED fixture.

B. The cable tap lugs shall provide a mechanical, permanent, insulated, weatherproof connection and be UL listed for wet or damp locations, direct burial and submersible per UL486D.

C. Cable tap lugs shall accommodate 10 to 6 AWG cable and be rated for 600V.

D. Cable tap lugs provided under this Specification shall be:

1. Polaris SLWB submersible streetlight connectors

2. Or approved equal

2.03 CABLE DISCONNECT

A. Lighting cable circuit disconnects shall be provided in the lighting pole hand hole at the base of the pole.

B. The cable disconnect shall provide a mechanical, re-enterable, insulated connection and be UL listed for wet or damp locations.

C. Cable disconnect shall accommodate 10 AWG cable and be rated for 600V.

D. Cable disconnect provided under this Specification shall be:

Page 156: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-509-4

1. Polaris Grey insulated connector

2. Or approved equal

PART 3 EXECUTION

3.01 INSTALLATION

A. Luminaires shall be installed in accordance with the manufacturer’s recommendation, as shown on the Plans, and as described in this Specification.

B. Cable tap lugs shall be place on each leg of the 480V lighting circuit service and ground in the cable tray at each luminaire location as shown on the Plans.

C. Cable disconnects shall be placed on each leg of the 480V lighting circuit service and ground within the hand hole at the base of the lighting pole as shown on the Plans.

D. After installation of the LED luminaires onto new lighting circuits and energizing those lighting circuit, the Contractor shall demonstrate to the District that luminaires are in working order. Faulty luminaires or associated circuit wiring shall be repaired or replaced by the Contractor at his expense.

PART 4 MEASUREMENTS AND PAYMENT

4.01 MEASUREMENT

A. Measurement of the work of this Section will be made per each (EA) in accordance with plans and specifications.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 157: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-510-1

SECTION 510

ELECTRICAL IDENTIFICATION PART 1 GENERAL

1.01 DESCRIPTION

A. This work shall include nameplates, labeling, and identification methods for all new electrical equipment and wiring.

B. Contractor shall provide instruction signs, equipment identification labels, and miscellaneous labels. This includes providing signage for:

1. Identification for raceway and metal-clad cable

2. Identification for conductor power, communication and control cable

3. Warning labels and signs

4. Arc-Flash Hazard Signage

5. Instruction signs

6. Equipment identification labels

7. Miscellaneous identification products

8. Wire markers

1.02 RELATED SPECIFICATIONS

A. Division 400 – Systems (all Sections)

B. Division 500 – Electrical (all Sections)

1.03 STANDARDS

A. The following industry standards and codes shall apply as applicable:

1. ANSI – American National Standards Institute

2. IEEE - Institute of Electrical and Electronic Engineers

3. NEC - National Electrical Code [2011]

4. NECA - Standards for Installation

5. NFC - National Fire Codes

6. NFPA - National Fire Protection Association

7. OSHA - Occupational Safety and Health Administration

Page 158: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-510-2

8. UL - Underwriters Laboratories, Inc.

B. It is the Contractor’s responsibility to thoroughly review the Contract Documents and conform to all articles presented therein.

1.04 SUBMITTALS

A. Product Data: For each electrical identification product indicated.

B. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels.

C. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. The samples must be approved by the District prior to any installation of labels.

1.05 QUALITY ASSURANCE

A. The District shall have the right at all reasonable times to inspect and test the work and for this purpose, shall have access to the work whenever it is in preparation or in progress. The Contractor shall provide necessary labor and proper facilities for such access, inspection, and testing, and shall provide full information concerning any materials entering the work.

B. Prior to Final Acceptance by the District, any items rejected because of installation negligence, i.e. non-compliance with construction documents, and applicable codes and permits shall be corrected at no additional expense to the District.

C. Coordinate names, abbreviations and other designations used in electrical identification work, with corresponding designations shown, specified or scheduled. Provide numbers, lettering, and wording as indicated or, if not otherwise indicated, as recommended by the manufacturer or as required for proper identification and operation/maintenance of electrical systems and equipment. Comply with ANSI A13.1 pertaining to minimum sizes for letter and numbers.

PART 2 PRODUCTS

2.01 GENERAL

A. Nameplates: Engraved three-layer laminated plastic, black letters on a white background, beveled edges, 1/16-inch-thick minimum.

B. Comply with NFPA 70 and 29 CFR 1910.145

C. Arc-Flash Hazard Signage manufactures:

Page 159: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-510-3

1. Brady; Catalog Number 99483

2. Hazard Communications Systems, LLC

3. Approved equal

D. Wire and Cable Markers: Cloth markers, manufacturer's standard vinyl-cloth self-adhesive cable/conductor markers of wrap-around type; either pre-numbered plastic-coated type or write-on type with clear plastic self-adhesive cover flap; numbered to show circuit identification.

E. Identification Markers: As manufactured by W.H. Brady Co., Stock number 3450, or equal, approximately three inches high, black letter and numbers on field of yellow. The markers are used for easy identification of electrical devices from the floor, voltage levels, etc.

F. Labels shall be suitable for a marine environment.

PART 3 EXECUTION

3.01 INSTALLATION

A. No existing electrical identification shall be removed until the equipment is removed from the facility.

B. Cable Identification Format: Cable identification for field wiring shall have device name/location on each end of the cable, i.e. BOS-RWA-BNB3, BOS-RCLA-BNB15, to match labeling on PLC terminations.

C. Degrease and clean surfaces to receive nameplates. Install nameplates parallel to equipment lines. Secure nameplates to equipment fronts using corrosion resistant screws and adhesive. Secure nameplate to inside face of recessed panel board doors in finished locations. Embossed tape will not be permitted for any application. Install electrical identification products as indicated, in accordance with the manufacturer’s written instructions, and the requirements of the NEC. Coordinate identification installation with surface finishing work. Where identification is to be applied to surfaces that require finish, install identification after completion of painting. Comply with requests of the District for identification of electrical work.

D. Provide wire and cable markers on each conductor in panel board gutters, pull boxes, outlet and junction boxes, control cabinets, operator control stations, and at load connection. Identify with panel board number and branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on schematic and wiring diagrams, equipment manufacturer's shop drawings for control wiring.

E. Provide nameplates to identify electrical distribution and control equipment, and loads served. Letter height shall be 1/4 inch. Minimum nameplate height: 1 inch. Provide text matching terminology and numbering of the contract

Page 160: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-510-4

documents and shop drawings. Provide signs for each unit of the following categories of electrical work.

1. Panel boards, electrical cabinets and enclosures

2. Power transfer equipment

3. Transformers

4. Power generating units

5. Communication Node Cabinets

F. Push button, selector switch, pilot light etc., furnished and installed by the Contractor, shall be equipped with a legend plate engraved with device functions (i.e., “On", “Off” "Manual”, “Bypass”). The manufacturer’s standard oversized legend plates shall be used. Letter size on legend plates shall not be smaller than 1/8 inch.

G. Provide identification markers at the electrical equipment and termination points.

H. Provide numbering and abbreviated text from Contract Documents. CNC power cables shall bear identification of panel and circuit number (i.e., CNC4-8, meaning Communications Node Cabinet 4, circuit 8.).

I. Provide identification markers showing voltage levels and phase at electrical distribution equipment such as:

1. Panel boards, electrical cabinets and enclosures

2. Power transfer equipment

3. Transformers

PART 4 MEASUREMENTS AND PAYMENT

4.01 MEASUREMENT

A. There will be no separate measurement for this section.

4.02 PAYMENT

A. Payment for the work of this section shall be incidental to the project.

****END OF SECTION****

Page 161: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-511-1

SECTION 511

ELECTRICAL TESTING PART 1 GENERAL

1.01 DESCRIPTION

A. The work in this Section includes the following types of testing:

1. Transformer testing—Dry type

2. Transformer testing – Oil filled

3. Panel board testing

4. Low voltage cable test

5. Optical fiber cable test

6. Communications network cable test

7. Uninterruptible Power System test

1.02 RELATED SPECIFICATIONS

A. Division 400 – Systems (all Sections)

B. Division 500 – Electrical (all Sections)

1.03 STANDARDS

A. The following industry standards and codes shall apply as applicable:

1. ANSI – American National Standards Institute

2. ANSI/NETA ATS-2017- International Electrical Testing Association (Acceptance Testing Specifications for Electrical Power Equipment & Systems)

3. ASTM - American Society for Testing and Materials

4. IEEE - Institute of Electrical and Electronic Engineers

5. NEC - National Electrical Code [2011]

6. NEMA - National Electrical Manufacturer's Association

7. Telecommunications Industry Association (TIA) - TIA-568-B

Page 162: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-511-2

1.04 SUBMITTALS

A. Provide written notice to the District at least two (2) weeks prior to commencement of any testing.

B. Provide test reports, bound and signed. Include the following:

1. Summary of test.

2. Description of equipment tested.

3. Description of test procedure.

4. List of test equipment and calibration date.

5. Test results.

6. Recommendations.

7. Appendix, including all field test reports

1.05 QUALITY ASSURANCE

A. Provide and use safety devices such as rubber gloves and blankets, protective screens, barriers, and danger signs to adequately protect and warn all personnel in the vicinity of the tests.

B. Test equipment shall be calibrated and certified traceable to the National Bureau of Standards. Certification date shall be no older than twelve (12) months.

C. The testing of the various components and completion of any corrective work shall be performed prior to placing equipment into service. All testing shall be performed after the equipment has been set in its final location.

D. Testing shall be performed by qualified personnel having a minimum of five (5) years of experience performing the type tests required.

E. The Contractor shall be responsible for any damage to equipment or material due to improper test procedures or test apparatus handling and shall replace or restore to original condition any damaged equipment or material at no additional cost to the District.

F. Medium Voltage Cabling testing please see Spec section for 504 for details.

PART 2 PRODUCTS

2.01 GENERAL

A. Provide test equipment, of approved type, properly calibrated to conduct testing. Prepare reports recording test results.

Page 163: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-511-3

PART 3 EXECUTION

3.01 GENERAL

A. Conduct tests in the presence of the District except when advised in writing that his or her presence will not be necessary.

B. Include tests and inspections recommended by the equipment manufacturer, whether required by these Specifications or not, unless specifically waived by the District.

C. Maintain a written record of all tests showing date, personnel making test, equipment or material tested, tests performed, manufacturer and serial number of testing equipment and results.

D. All test equipment shall be calibrated and certified within one-year of use for any testing.

3.02 TRANSFORMER TESTING

A. After completion, each transformer shall undergo the following routine tests per ANSI C57.12.01 and ANSI C57.12.91. Testing shall be accomplished using calibrated test equipment which have recorded accuracy traceable to National Institute of Standards Technologies (NIST). Certification of Calibration shall be provided with test reports.

B. The following standard factory tests shall be performed on all equipment provided under this section. All tests shall be in accordance with the latest version of ANSI and NEMA standards.

1. Resistance measurements of all windings on the rated voltage connection of each unit and at the tap extremes of one unit only of a given rating on this project.

2. Ratio tests on the rated voltage connection and on all tap connections.

3. Polarity and phase-relation tests on the rated voltage connections.

4. No-load loss at rated voltage on the rated voltage connection.

5. Exciting current at rated voltage on the rated voltage connection.

6. Impedance and load loss at rated current on the rated voltage connection of each unit and on the tap extremes of one unit only of a given rating on this project.

7. Applied potential test.

8. Induced potential tests.

9. The manufacturer shall perform additional 100% quality control impulse test on the primary windings of each unit.

Page 164: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-511-4

C. Upon completion of factory testing, the manufacturer shall provide three (3) certified copies of factory test reports to the District.

D. Perform thermographic survey of all transformer terminations and connections under minimum 50% of transformer load per ANSI/NETA ATS-2017 ATS, Section 9

3.03 UNINTERRUPTABLE POWER SYSTEMS (UPS) TESTING

A. Contractor shall perform all the visual and mechanical inspections and electrical tests as stated in ANSI/NETA ATS-2017 ATS, Section 7.22.2 on the UPS. The contractor shall submit three (3) copies of the results to the District. This requirement can be waived by the District.

3.04 PANEL BOARD TESTING

A. All work performed on existing panel boards will be in accordance with NEMA PB1.1 and manufacturer’s recommendations. Contractor shall verify that the panel board characteristics match the nameplate data. The contractor shall perform the following visual, mechanical and electrical tests:

1. Verify new connected loads and circuit breaker sizes.

2. Tighten all device and termination connections in accordance with manufacturer’s recommendation. Verify tightness of accessible bolted electrical connections, use the calibrated torque-wrench method or perform thermographic survey after energization.

3. Measure load currents for each branch device and balance phase loads where possible.

4. The directory card on the inside of the door shall be completed identifying the new circuits added to the panel board.

5. Inspect completed installation for physical damage, alignment, and support.

B. Perform thermographic survey of all panel board terminations and connections under minimum 50% of panel board load per ANSI/NETA ATS-2017 ATS, Section 9

C. Upon completion of acceptance checks, settings, and tests, the contractor shall demonstrate that the circuits on the panel boards are in good operating condition and properly performing the intended function.

3.05 15KV INSULATION CABLE TESTING

A. Medium Voltage Cable shall be tested by an independent third-party

Page 165: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-511-5

company.

B. All new medium-voltage cables shall be tested. Refer to Specification Section 504 for testing requirements.

C. The existing medium voltage feeder cables shall be maintenance tested by the third-party testing company. Refer to Specification Section 504 for testing requirements.

3.06 600V AND 300V CABLE TESTING

A. Perform insulation resistance test on all 600V cables and conductors with a 1000-volt megger.

B. Perform insulation resistance test on all 300V cables and conductors with a 500-volt megger.

C. All cables and conductors shall be tested for continuity, and free from short circuits and unintended grounds.

D. Perform all the visual and mechanical inspections and electrical tests, including all optional test, as stated in ANSI/NETA ATS-2017 ATS, Section 7.3.2 on all conductors #6 AWG and larger.

E. Perform thermographic survey of all conductor terminations and connections under minimum 50% of equipment load per ANSI/NETA ATS-2017 ATS, Section 9.

3.07 OPTICAL FIBER CABLE TESTING

A. All new fiber optic cable must be terminated end to end in its appropriate patch panel as indicated on the drawings.

B. Test results performed recently with a field OTDR shall be available upon request.

C. New fiber cable shall be tested as follows:

1. The Contractor shall provide a certificate of compliance verifying that the cable being proposed complies with the requirements set forth in this item. The certificate shall be provided as part of the shop drawings and shall include certified test results from an independent laboratory. All test documentation shall be provided in English. The test results submitted for approval shall not be more than two (2) years old and shall have been conducted on similar materials to those being proposed for the project. The District reserves the right to order the Contractor to perform a specific test on the samples of cable to be provided, if it is determined that the certified test results provided are invalid or inadequately documented that the cable complies with all of the requirements of these specifications.

Page 166: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-511-6

2. Before shipment, but while on the shipping reel, the optical attenuation of all fibers shall be measured and documented. Copies of the results shall be attached to the cable reel in a waterproof pouch and submitted to the District prior to the delivery of the cable to the job site. The attenuation test shall be performed with an OTDR capable of recording and displaying anomalies of 0.2 dB as a minimum. The single-mode fibers shall be tested at both 1310 nm and 1550 nm.

3. Upon arrival at the job site and prior to installation, the Contractor shall inspect the cable and reel for signs of physical damage. The attenuation of all fibers shall be measured with a field OTDR to confirm that the cable satisfies the specified requirements. Test results shall be recorded, dated, and compared to the factory test results accompanying the shipped reel. Attenuation deviations from the shipping records greater than 5% shall be brought to the attention of the District. The cable shall not be installed until completion of these test sequences and written approval from the District is obtained. Copies of traces and test results shall be submitted to the District. If the OTDR test results are unsatisfactory, the reel of fiber optic cable shall be considered unacceptable and all records corresponding to that reel of cable shall be marked accordingly.

4. After placing each segment of cable, and prior to splicing, the Contractor shall measure the attenuation of the fibers in the installed cable. The Contractor shall compare the results of this test with those of the previous test for the same cable and fibers. Any change in attenuation shall not exceed the tolerance of the original specifications. If any fibers fail the test, or if the length of the fiber measured by the OTDR has changed, the cable shall be removed from the job site and replaced with an entirely new cable, at no additional cost to the District.

3.08 COMMUNICATIONS NETWORK CABLE TESTING

A. All communication cable shall be verified as per TIA-568-B using cable certification equipment to verify proper wiring and terminations.

PART 4 MEASUREMENTS AND PAYMENT

4.01 MEASUREMENT

A. There will be no separate measurement for this section.

4.02 PAYMENT

A. Payment for the work of this section shall be incidental to the project. ****END OF SECTION****

Page 167: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-512-1

SECTION 512

REMOVAL AND SALVAGE ELECTRICAL EQUIPMENT PART 1 GENERAL

1.01 DESCRIPTION

A. This work shall include removing all electrical equipment related to the existing CNC-LUS platforms, electronic signs and telephones indicated for removal, and any electrical and fiber optic cabling indicated for removal and demolition.

B. Detach all electrical cabinets, transformers, and related electrical items from existing platforms as indicated on the Plans and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled.

C. Detach all electronic signs and internal telephones indicated on the Plans for removal. Salvage equipment to be returned to the District and properly dispose of all other structural supports, mounting brackets and other similar items as appropriate.

D. Detach, remove, and demolish all electrical, control, and fiber optic cabling as indicated on the Plans.

E. Carefully salvage equipment to remain in a manner to prevent damage and either return to the District or protect for reuse at the new CNC-LUS platform as indicated on the Plans.

F. Unless otherwise indicated, demolition waste becomes property of Contractor

1.02 SUBMITTALS

A. Indicate receipt and acceptance of any hazardous wastes, such as transformers, by a facility licensed to accept hazardous wastes.

PART 2 PRODUCTS

NONE

Page 168: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Project No.: 2054.2099 Bid No.: PTST-19-001

TS-512-2

PART 3 EXECUTION

3.01 GENERAL

A. The Contractor shall survey existing conditions prior to selective demolition to determine the best means and methods to accomplish this work.

B. The Contractor shall notify the District if removing any electrical or related equipment may result in deficiency or impact any adjacent structures during selective demolition operations.

C. The Contractor shall verify that utilities within area of work have been disconnected, capped and de-energized before starting selective demolition operations.

D. Maintain services/systems indicated to remain or to be salvaged and store and protect them against damage until ready for reuse.

E. Conduct selective demolition and debris-removal operations to ensure minimum interference with roadway operations.

F. The Contractor shall use temporary barricades, supports, restraints, and other means necessary to prevent debris and material from falling into the water.

G. The Contractor shall make any necessary repair to the facility caused by removal of existing electrical installations as directed at no additional cost to the District.

PART 4 MEASUREMENTS AND PAYMENT

4.01 MEASUREMENT

A. There will be no separate measurement for this section.

4.02 PAYMENT

A. Payment for the work of this section will be paid for as part of the lump sum contract price.

****END OF SECTION****

Page 169: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 170: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 171: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 172: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 173: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 174: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 175: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 176: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 177: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 178: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 179: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 180: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 181: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 182: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 183: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 184: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 185: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 186: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 187: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 188: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 189: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 190: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 191: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 192: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 193: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 194: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 195: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 196: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 197: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 198: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 199: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 200: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 201: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 202: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island
Page 203: CHESAPEAKE BAY BRIDGE and TUNNEL DISTRICT...E-009 Island No. 2 Equipment Location 10 E-010 Island No. 2 to Island No. 3 Equipment Location (1 of 2) 11 E-011 Island No. 2 to Island

Recommended