Project Manual For

Pensacola Spillway Gate Rehabilitation Project

Contract No. 41375

Issued For Bid

Project No. 72293

Bidders Name and Address ADVERTISEMENT FOR BIDS

BID OPENING: June 30, 2016

The Grand River Dam Authority (GRDA) is soliciting bids for:

Contract 41375 Pensacola Spillway Gate Rehabilitation Project at the GRDA Engineering & Technology Center 9933 E. 16th street Tulsa, OK 74128 and will be opened at 2:00 PM Central Time June 30, 2016 and then publicly opened and read aloud at a designated place. Bids shall be submitted in a sealed envelope and marked “Sealed Bid – Contract 41375 Pensacola Spillway Gate Rehabilitation Project”. Bids received more than ninety-six (96) hours excluding Saturdays, Sundays, and holidays, before the time set for the opening of the bids, or any bid so received after the time set for opening of bids, shall not be considered and shall be returned unopened. All interested parties are invited to attend.

Bidders for Contract 41375 Pensacola Spillway Gate Rehabilitation Project are required to submit a bid for Contract 41399 Pensacola Penstock Painting Project. It is the desire of GRDA to award these two contracts as a mandatorily tied project.

Sealed Bids shall be submitted to the following address:

Jeremy Conn; Procurement Officer GRDA, Engineering Technology Center 9933 East 16th Street Tulsa, 74128

The contract documents may be examined during normal office hours in the office of GRDA at the above address beginning May 23, 2016.

A complete copy of the RFP may be obtained by visiting our website http://www.grda.com/rfp-41375.

A mandatory pre-bid conference and site examination will be held at 10:00 AM Central Time, Wednesday, June 1, 2016 beginning at the GRDA Eco Facility, located at the west abutment of the Pensacola Dam, Langley, Oklahoma 74350. Please contact Mr. Conn, [email protected] for directions to site. Each Bid must be submitted in accordance with the “REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS” contained in the RFP. Each Bid must be accompanied by a certified check, cashier’s check, or bid bond equal to five percent (5%) of the Bid. Each Bid shall contain a completed Non- Collusion Affidavit and other documents, using the forms provided in the RFP.

GRDA reserves the right to waive any informalities or to reject any or all Bids. RFP 41375

REQUESTS FOR PROPOSAL, REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS

SPECIFIC REQUIREMENTS

1. Receipt and Opening of Bids

The Grand River Dam Authority (herein called “GRDA”), invites sealed Bids on the form attached hereto. Sealed Bids for the Contract 41375 – Pensacola Spillway Gate Rehabilitation Project will be opened at 2:00 PM Central Time, Thursday, June 30th, 2016. Bids received more than ninety-six (96) hours excluding Saturday, Sunday and holidays before the time set for the opening of the Bids, or any Bid so received after the time set for opening of Bids, shall not be considered and shall be returned unopened. Bids shall be submitted in a sealed envelope and marked “Sealed Bid – Contract 41375, Pensacola Spillway Gate Rehabilitation Project”.

Bidders for Contract 41375 Pensacola Spillway Gate Rehabilitation Project are required to submit a bid for Contract 41399 Pensacola Penstock Painting Project. It is the desire of GRDA to award these two contracts as a mandatorily tied project. At GRDA’s option, upon bid evaluation of the two contracts, GRDA may elect to issue the contracts separately if GRDA determines the separation is advantageous to GRDA.

Sealed Bids shall be submitted to the following address.

Jeremy Conn; Procurement Officer GRDA, Engineering Technology Center 9933 East 16th Street Tulsa, Oklahoma

All Bids that have been correctly submitted and duly received shall be publicly opened and read aloud at the GRDA Engineering & Technology Center, Tulsa, Oklahoma, at the time and date of Bid closing shown above.

GRDA may waive any informalities or reject any and all Bids. Bids cannot be submitted by telephone or fax machine or telegram or electronic transfer. Any Bid may be withdrawn prior to the above scheduled time for the opening of Bids or authorized postponement thereof. No Bidder may withdraw a Bid within sixty (60) days after the actual date of the opening thereof.

2. Qualifications of Bidder

Bidder must demonstrate in their proposal that Bidder is highly experienced in performing repair or construction of industrial facilities or large commercial buildings. GRDA reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy GRDA that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein.

3. Addenda and Interpretations

1 RFP 41375

No interpretation of the meaning of the plans, specifications or other pre-Bid documents will be made to any Bidder orally. Every request for such interpretation should be emailed to Jeremy Conn, at [email protected]; and to be given consideration must be received at least ten (10) days prior to the date fixed for the opening of Bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed and/or faxed to all prospective Bidders (at the respective addresses furnished for such purposes) not later than five (5) days prior to the date fixed for the opening of Bids. Failure of any Bidder to receive any such addendum or interpretation shall not relieve such Bidder from any obligation under this Bid as submitted. All addenda so issued shall become part of the Contract Documents. 4. A mandatory pre-bid conference and site examination will be held at 10:00 AM Central Time, Wednesday, June 1, 2016 beginning at the GRDA Eco Facility, located at the west abutment of the Pensacola Dam, Langley, Oklahoma 74350. Please contact Mr. Conn, [email protected] for directions to site. Verbal communications at any job site examination or pre-bid meeting are non-binding. All clarifications, revisions, or changes to the Bidding Documents will be included in written addenda and issued to each prospective Bidder.

5. GRDA itself is exempt from the payment of any Sales or Use Taxes, and pursuant to 68 O.S. Sec. 1350, et seq., and Sec. 1401, et seq., direct vendors to GRDA are also exempt from those taxes.

6. The Contract to be entered into between GRDA and the Bidder awarded the Contract is attached. The Bidder to whom the Contract is awarded will be required to execute the Contract and deliver the same, together with the required bonds, within sixty (60) days from the date that the notice of the award is given the Bidder in writing by certified mail with return receipt requested addressed to the Bidder at its place of business as stated in the Bid; and, in case of failure or neglect to do so, the Bidder will be deemed to have abandoned the Contract and thereupon the amount of the check or bond accompanying the Bid shall be due and payable thereunto to GRDA as liquidated damages for such failure or neglect and not as a forfeiture. All Bidders must distinctly understand that all work is to be done in strict accordance with the Contract and specifications hereto attached. Intending Bidders shall examine thoroughly the Pro Forma Contract under which the work is to be done. Exceptions taken to the Contract and specifications may be cause for rejection of a Bid. 7. The Bidder’s Proposal must provide sufficient details for GRDA to perform a complete Bid evaluation. The Bidder shall comply with all requirements in the specifications. Incomplete proposals may be cause for rejection of a Bid. GRDA shall consider Bidders’ Proposal as incomplete if the Bidder submits another form of Contract in lieu of GRDA’s attached Contract. Bid Proposals shall become the property of the Grand River Dam Authority. 8. In comparing Bids, GRDA will take into consideration not only the prices bid but also items such as but not limited to efficiency, reliability, durability, economy of operation and maintenance, accessibility for repairs, cost of special construction made necessary by the equipment offered, and the guarantees as stated in the Bid form. GRDA reserves the right to reject any or all Bids, to waive any and all informalities, to evaluate Bids, and to disregard all nonconforming, nonresponsive, or conditional Bids.

9. The Bidder’s attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as 2 RFP 41375

though herein written out in full. This includes that Bidder must be properly registered as a roofing contractor in the State of Oklahoma at the time Bids are opened.

10. At the time of the opening of Bids, each Bidder shall have inspected the site and to have read and to be thoroughly familiar with the plans and Contract documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or documents shall in no way relieve any Bidder from any obligation in respect to his Bid.

11. Any Bid submitted must contain complete and executed originals of the following documents contained in the REQUEST FOR PROPOSAL:

• PROPOSAL TO THE GRAND RIVER DAM AUTHORITY FOR CONTRACT 41375 NOTE: The Bidder shall include the required Bid security (5% of Bid amount). • LIST OF SUBCONTRACTORS • EXCEPTION STATEMENT • UNIT AND TASK PRICE SCHEDULE • NON-COLLUSION AFFIDAVIT • BUSINESS RELATIONSHIPS AFFIDAVIT • CREW SCHEDULE • LISTING OF APPLICABLE EXPERIENCE

12. Any Bid submitted must include a written acknowledgement that Bidder is an Equal Opportunity Employer.

13. Any Bid submitted must be accompanied by a certified check or cashier’s check of the bidder, or a bid bond duly executed by the bidder as principal and having as surety thereon a surety company authorized and registered to do business in Oklahoma and the surety company must also be listed in Federal Circular 570. The Federal Circular may be found at http://www.fms.treas.gov/C570/c570_a- z.html. The bid bond shall be equal to five percent (5%) of the total Bid and shall be deposited with GRDA as a guaranty. The GRDA reserves the right to hold the bid security of the three (3) lowest Bidders until the successful Bidder has executed the contract and furnished the required bonds and proof of insurance.

14. The selected Bidder shall be required to provide performance, defect, and payment bonds, or an irrevocable letter of credit, with terms approved by GRDA, as described in the Pro Forma Contract. Such bonds shall have surety thereon issued by a surety company authorized and registered to do business in Oklahoma and such company must also be listed in Federal Circular 570.

15. All proposals shall include a completed copy of the attached Unit and Task Price Schedule with all prices and other information inserted for each category. This schedule is for accounting purposes only.

16. By submitting this bid, Bidder certifies that they, and any proposed subcontractors, are in compliance with 25 O.S. § 1313 and participate in the Status Verification System. The Status Verification System is defined as 25 O.S. § 1312 and includes but is not limited to the free Employment Verification Program (E-Verify) available at www.dhs.gov/E-Verify.

3 RFP 41375

17. This project is to be a not-to-exceed bid. All work is to be performed by one contractor unless otherwise noted. Work to be done by subcontractors must be so noted on the proposal.

18. Contractor shall have ninety (90) calendar days per generation unit to complete the work after receiving the Official Notice to Proceed and shall complete the final generation unit in accordance with the schedule presented herein.

19. Bidders shall provide two (2) copies of their proposal with their bid.

GENERAL REQUIREMENTS

Definitions

“Alternate Bid” (or “Alternate”) means an amount stated in the Bid to be added to or deducted from the amount of the base Bid if the corresponding change in the work, as described in the Bidding Documents, is accepted.

“Assistant General Manager” (or “AGM”) means that GRDA employee who has direct supervisory responsibility over the facility or land upon which the project will be completed.

“Base Bid” means the sum stated in the Bid for which the Bidder offers to perform the work described in the Bidding Documents as the base. Work may be added or deleted from this base Bid value for sums stated in the alternate Bids.

“Bid” means the cost proposal submitted by a vendor in response to a request or solicitation from the GRDA for a project described in plans and/or specification provided by GRDA.

“Bidding Documents” includes the Request for Proposal, the Requirements for Bidding and Instructions to Bidders, the Bid forms, the Specifications, the Pro Forma Contract, and any Addenda issued prior to receipt of Bids.

“Board of Directors” means the rule-making authority and governing body of the Grand River Dam Authority as defined by 82 O.S. § 863.2.

“General Manager/Chief Executive Officer” means the GRDA employee who has oversight and managerial responsibility over all GRDA functions and is selected by the Board of Directors of the Grand River Dam Authority as authorized by 82 O.S. § 864.A.2.

“Contract” means any Contract, exceeding Fifty Thousand Dollars ($50,000) in amount, awarded by the GRDA for the purpose of improving, constructing, repairing, or performing maintenance on GRDA land, buildings, facilities, and equipment which is permanently affixed to the same.

“GRDA” or “Authority” means the Grand River Dam Authority, a governmental agency of the State of Oklahoma, as defined by 82 O.S. § 861, et seq

“Procurement Administrator” means the GRDA employee with direct supervisory capacity of the Procurement Unit.

“Procurement Unit” means the unit or department within GRDA that is responsible for 4 RFP 41375

administering procurement policies and procedures.

“Retainage” means the difference between the amount earned by the Contractor on a GRDA Contract, with the work being accepted by the GRDA, and the amount paid on said Contract by the GRDA.

“Treasurer” means the GRDA employee who is selected by the Board of Directors of the Grand River Dam Authority as authorized by 82 O.S. § 864.A.2 to oversee and manage all fiscal and procurement functions.

Bid Submission

1. Advertised projects. Bids must be prepared on forms provided by GRDA and in accordance with the instructions provided in the Bid package. Instructions on obtaining the Bid packages shall be in the solicitation notice. Bids cannot be submitted by telephone, fax machine, telegram, or e-mail. Bids may be delivered in person, by the U.S. Mail, or by any of the express/delivery services available during regular business hours, 8:00 AM to 4:45 PM weekdays and shall be received during a period which does not exceed ninety-six (96) hours (excluding weekends or holidays) before the scheduled Bid opening at the time and day specified in the Bid documents. Any Bid received by GRDA or an officer or employee thereof, more than ninety-six (96) hours excluding Saturdays, Sundays and holidays before the time set for the opening of Bids, or any Bid so received after the time set for opening of Bids, shall not be considered by GRDA and shall be returned unopened to the Bidder submitting same. The following information shall be placed on the outside of each sealed Bid envelope: a. Company name and address b. The notation “Sealed Bid” c. Contract #41375

2. Bid envelopes. Each envelope shall contain only one (1) Bid. Bids received after the time specified in the Bid Documents cannot be accepted. The time shall be determined by the stamp-clock on the desk of the Procurement Administrator where all Bids must be received and stamped. GRDA cannot be responsible for delay of receipt of Bids due to factors beyond the control of GRDA employees.

3. Equal opportunity employment requirements. GRDA is an Equal Opportunity Employer. GRDA does not discriminate in its hiring practices and expects its contractors to abide by all Federal rules and regulations on non-discrimination. All Bidders shall acknowledge in the Bidding documents they are Equal Employment Opportunity employers. GRDA adheres to a policy which provides a drug free workplace to all of its employees. All contractors working on a GRDA facility shall comply with the policies of GRDA.

4. Each Bidder shall accompany his Bid with a written statement under oath disclosing the following information: a. The nature of any partnership, joint venture or other business relationships then in effect or which existed within one (1) year prior to the date of such statement with any architect, engineer or other party to the project; b. Any such business relationship then in effect or which existed within one (1) year prior to the date of such statement between any officer or director of the Bidding company and any officer or director of any architectural or engineering firm or other party to the project; and c. The names of all persons having any such business relationships and the positions they hold with their respective companies or firms. If none of the business relationships hereinabove

5 RFP 41375

mentioned exist, then a statement to that effect.

5. Each Bidder, by making a Bid, represents that: a. The Bidder has read and understands the Bidding Documents and the Bid is made in accordance therewith. b. The Bidder has had the opportunity to visit the site, is familiar with the local conditions under which the Work is to be performed and has correlated observations with the requirements of the proposed Contract documents. c. The submitted Bid is based upon the materials, systems and equipment required by the Bidding Documents without exception.

Modifications/withdrawal of Bids

1. A Bid may not be modified, withdrawn or canceled by the Bidder after the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid.

2. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided they are in complete conformance with these Instructions to Bidders.

3. Bidders may withdraw, change and resubmit their Bids by appearing in person prior to the time set for the closing of the Bid period. Upon presenting proper picture identification to the Procurement Administrator or an authorized representative, the sealed Bid will be returned to the Bidder. The withdrawn Bid shall not be opened or otherwise disclosed to GRDA. A new or changed sealed Bid will be accepted until the time designated for the closing of the Bid period.

4. Bid security shall be in an amount of five percent (5%) of the total Bid including alternatives as modified.

Bid openings

The Bid openings shall be open to the public and shall be held as specified in the solicitation notice. The Bids shall be opened by the Procurement Administrator or his designee in the following manner and recorded by an assistant. Bids may be examined by the public after the Bid opening on request to the Procurement Administrator.

1. The Bidder's name, city, and price shall be announced.

2. The Bid shall be initially reviewed for completeness and correctness. Any of these deficiencies shall be grounds for disqualifying the Bid: a. Addenda must be acknowledged. This may be waived in those cases where the addenda have no direct effect on the proposal cost.

b. The Bid must be signed.

c. The affidavits required by the Bid documents must be present, signed and properly notarized.

6 RFP 41375

3. The Bidder shall accompany the Bid with: a. A certified check, cashier’s check or Bid bond equal to five percent (5%) of the Bid, which shall be deposited with the GRDA as a guaranty; or

b. An irrevocable letter of credit containing terms the GRDA prescribes, issued by a financial institution insured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation for the benefit of the GRDA in an amount equal to five percent (5%) of the Bid. The GRDA shall deposit the irrevocable letter of credit as prescribed by the GRDA Treasurer.

c. All equipment lists, selected materials, or other information when required by the specifications must be present.

4. The cost of republication of the notice to bidders, actual expenses incurred by reason of the Bidder’s default and the difference between the low bid of the defaulting bidder and the amount of the bid of the bidder to whom the contract is subsequently awarded, but not to exceed the amount of the certified check, cashier’s check, bid bond or irrevocable letter of credit may, at the discretion of GRDA, be forfeited to the GRDA in the event the apparently successful bidder fails to execute the Contract or fails to provide the required bonds or irrevocable letters of credit and insurance to the GRDA.

5. The GRDA Treasurer shall return a certified or cashier’s check, bid bond, or irrevocable letter of credit to the successful Bidder on execution and delivery of the Contract and required bonds or irrevocable letters of credit and insurance. Checks of unsuccessful Bidders shall be returned to them in accordance with the terms of the Bid solicitation.

6. Nothing contained herein shall be construed so as to prevent the GRDA or the courts from exonerating the Bidder and other parties to the Bid security document from liability upon a timely showing that the Bidder committed what the courts have determined under the common law to be an excusable bidding error and for that reason it would not be equitable to enforce the Bid security.

Bid Review and Evaluation

1. At the conclusion of the Bid opening, the Bids will be reviewed and considered by a designee from the Procurement Unit and designee(s) of the appropriate Assistant General Manager. The following items shall be reviewed: a. Surety companies. If a surety company is used to issue bonds, the company must be registered to do business in Oklahoma and listed in Federal Circular 570. When a bid bond is required and the bond submitted is from a company not registered in Oklahoma or prequalified by GRDA or Oklahoma Department of Central Services as good and sufficient, or if the Company is not listed in Federal Circular 570, the Bid shall be disqualified.

b. Verification of Bid contents. i. Extensions on unit price calculations shall be recomputed. In case of an error, the unit price shall govern. ii. When there is a variance between the amount in words and the figures, the amount in words shall govern. iii. Bid forms containing omissions, alteration of form, additions, or conditions not called for, or containing a clause in which the Bidder reserves the right to accept or reject a Contract, shall be disqualified. iv. GRDA may reject a Bid as nonresponsive if the prices Bid are materially unbalanced 7 RFP 41375

between line items or sub-line items. A Bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work; and, if there is reasonable doubt that the Bid will result in the lowest overall cost to GRDA even thou it may be the low evaluated Bid; or, if it is so unbalanced as to be tantamount to allowing an advance payment. v. Failure to submit unit prices for any requested work item shall cause the Bid to be disqualified. vi. Bids not accompanied by a companion bid for RFP 41375 shall cause the Bid to be disqualified.

c. Before a Contract may be awarded to a Bidder, the Bidder's ability to perform the required work is considered. Any of the following may be grounds for disqualifying the Bidder. i. More than one (1) Bid for the same work from an individual, firm, partnership, joint venture or corporation under the same or different names. ii. Evidence of collusion among Bidders, subcontractors or material suppliers. iii. Lack of responsibility as shown by past work for GRDA judged from the standpoint of workmanship and progress. iv. Uncompleted work under any Contract with GRDA or any party which might hinder or prevent the prompt completion of the Contract, if awarded. v. For being in arrears on existing Contracts with the State or GRDA or having defaulted on a previous Contract or failure to comply with any other just and reasonable cause. vi. Certificate by the Oklahoma Human Rights Commission that the Bidder has engaged or is engaging in a discriminatory practice. vii. Any violation of GRDA or Oklahoma Department of Central Services rules, or other information indicating that the Bidder is no longer responsible nor qualified to do business with the State.

Rejection of Bids

1. GRDA has the right to reject any and all Bids and to reject a Bid not accompanied by any required Bid security, or accompanied by other information as required by the Bidding Documents. GRDA may reject a Bid which is in any way incomplete or irregular.

2. GRDA will reject any Bid that is not signed by the authorized representative of the Bidder or does not contain the affidavit(s) included in the Bidding Documents. The affidavit must be properly signed by the Bidder, notarized and stamped by a Notary Public.

3. GRDA reserves the right to reject any or all Bids, to waive any and all informalities, to evaluate Bids, and to disregard all nonconforming, nonresponsive, or conditional Bids. GRDA reserves the right to accept or reject any Bid, which, in its judgment, is in the best interest of GRDA. GRDA may consider any exceptions to the Bidding Documents as nonresponsive and cause for rejection of a Bid.

Contract Award

1. Bids are normally awarded to the lowest, best, and responsible Bidder as determined by the review of the Bids. Within (5) five business days after approval by the GRDA Board of Directors, the successful 8

RFP 41375

Bidder shall be notified by GRDA of its selection and shall be provided copies of the Contract to execute. The GRDA Board of Directors may grant a reasonable extension of the awarding period, by formal recorded action and good cause shown. The Contractor shall be given a specific period of time, not to exceed sixty (60) days, in which to execute the contract and obtain the necessary bonds and insurance. No Bidder shall obtain any property right in a Contract awarded under these provisions until the Contract has been fully executed by both the Bidder and the GRDA.

2. The notice to proceed, or work order, shall not be issued until the Contract has been executed by all parties. Work shall not commence until the work order has been received by the Contractor.

3. Contractor shall furnish a surety bond or irrevocable letter of credit in the amount of 100% of the total Contract price prior to the execution of this Contract with terms acceptable to GRDA. Such bond or irrevocable letter of credit shall be valid for a period of two (2) years after acceptance of the Work, or to the end of the Base Warranty Period as defined in Article 1.4 of the Contract, whichever is sooner, and shall be renewed for additional one (1) year periods for each and every year this Contract is in full force and effect, and shall be to guarantee the following:

a) That all material liens, subcontractor liens or any other legal encumbrances under this contract are paid; and

b) Proper and prompt completion of the Work in accordance with the provisions of the Contract and specifications; and

c) Proper and prompt correction of any defects of workmanship or materials during the warranty period.

All bonds shall be in a form approved by GRDA with terms acceptable to GRDA. All bond submittals shall contain all terms and conditions of the bonds or applicable to the bonds. The surety company shall be registered to do business in Oklahoma, listed in Federal Circular 570, and issued by a financial institution insured by the Federal Deposit Insurance Corporation or the Federal Savings and Loan Insurance Corporation.

4. All bonds required herein must be issued by certified companies as identified in the U.S. Department of Treasury Federal Circular 570. This circular can be found at http://www.fms.treas.gov/C570/c570_a-z.html. The following surety bonds or Letters of Credit shall be required as provided in the Pro Forma Contract: a. Performance Bond for 100% of the value of the Contract to insure completion of the Work;

b. Defect Bond for 100% of the value of the Contract to provide correction of defects in the construction and equipment for one year after acceptance of the Work; and

c. Payment Bond for 100% of the Contract to assure that GRDA is protected from the action of subcontractors, suppliers and employees for unpaid debts of the Contractor.

d. All bond submittals shall contain all terms and conditions of the bonds or applicable to the bonds.

e. Irrevocable Letters of Credit may be used as a substitute for the bond(s) required in the Pro 9

RFP 41375

Forma Contract and shall be in a form and with terms acceptable to GRDA.

f. Such bonds or irrevocable letters of credit shall be valid to the end of the Base Warranty Period as defined in Article 1.6 of the Pro Forma Contract, whichever is sooner.

5. Insurance coverage for the work under this Contract shall be provided by the Contractor as listed in the enclosed Pro Forma Contract.

10

RFP 41375

PROPOSAL for Contract 41375

Pensacola Spillway Gate Rehabilitation Project MADE BY: ______Business Address: Street ______City ______State _____ Zip Code ______Telephone Number ______Fax Number ______E-Mail ______

The Bidder named above hereby tenders his Bid and declares that the only person or persons interested in this proposal is or are named above; that the Bid is made without collusion with any other Bidder and is in all respects without collusion or fraud. The Bidder further declares he has examined the “Pro Forma Contract for Salina Pumped Storage Project Generator/Motor Rewind Contract 40209”, the specifications and the contract drawings referred to, and has read the attached “REQUEST FOR PROPOSAL, REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS”; and agrees to furnish all the materials necessary or proper to carry out such contract in the manner, on the terms, and under the conditions set forth therein and in the specifications, and to accept the not-to-exceed sum of: ______Bid price, including 100% of the bond coverage required in the Pro Forma Contract

Accompanying this proposal is a certified check, cashier’s check or bid bond in the amount of five percent (5%) of Bidder’s bid price; in the amount of: ______Dollars ($______) payable to the Grand River Dam Authority, all as called for in the REQUEST FOR PROPOSAL, and it is hereby agreed that in case of failure on the part of the undersigned to execute the Contract within thirty (30) days from the date that notice of the acceptance of this proposal is given the undersigned in writing by certified mail with return receipt requested, the undersigned will be deemed to have abandoned the Contract, and thereupon the above five percent (5%) Bid security shall be due and payable there under to GRDA as liquidated damages for such failure and not as a forfeiture.

Note: If this Bid is made by an individual, it shall be signed with his/her usual business signature, with his/her business address and place of residence; if by a firm, the co-partnership name shall be signed by a member of the firm and the name and address of each member shall be given; if by a corporation, it shall be signed by a duly authorized officer, with the corporate name attested by the corporate seal, and the business address of the corporation shall be given.

Signed:______

(Seal)

11

RFP 41375

SUBCONTRACTORS

In case this proposal is accepted by GRDA, the following subcontractors will be used (if no work will be subcontracted, state “NONE”):

Subcontractor identification is for information only and award of Contract does not constitute approval of identified subcontractors nor relieve the Bidder of the responsibility for providing qualified subcontractors. If any other subcontractors are used, Contractor must obtain GRDA advanced approval in writing.

Work Subcontracted Firm Name and Address

______

EXCEPTION STATEMENT

This part of the proposal must be completed even if no exceptions are stated.

EXCEPTIONS (Attach additional pages if required. If no exceptions, state “NONE”.)

______

12

RFP 41375

Grand River Dam Authority Pensacola Spillway Gate Rehabilitation Project (Contract No. 41375)

Unit and Task Price Schedule

Quantity Extended Item Description [1] Unit Unit Price [3] [2] Price [4] Mobilization and Lump 1 1 Demobilization Sum Temporary Demobilization and Each 2 Remobilization for Extreme 1 Event Flood Event Temporary Work Stoppages Each 3 5 for High Reservoir Level Event Day Main Spillway Gate – Surface Each 4 21 Preparation and Recoating Gate Middle Spillway Gate – Each 5 Surface Preparation and 11 Gate Recoating East Spillway Gate – Surface Each 6 10 Preparation and Recoating Gate Repair Skin Plate – Pit Each 7 2100 Welding Pit Square 8 Skin Plate Replacement 210 Foot Main Spillway Gate – Sill Linear 9 50 Replacement Foot East or Middle Spillway Gate – Linear 10 50 Sill Replacement Foot Main Spillway Gate – Furnish Each 11 and Install New Gate Seals and 21 Gate Hardware Middle Spillway Gate – Each 12 Furnish and Install New Gate 11 Gate Seals and Hardware East Spillway Gate – Furnish Each 13 and Install New Gate Seals and 10 Gate Hardware

13 RFP 41375

Grand River Dam Authority Pensacola Spillway Gate Rehabilitation Project (Contract No. 41375)

Unit and Task Price Schedule (cont.)

Quantity Extended Item Description [1] Unit Unit Price [3] [2] Price [4] Each 14 Paint Gate Markers 42 Gate TOTAL BASE BID PRICE [5]

TOTAL BASE BID PRICE (written out words)

Main Spillway Gate – Surface Preparation and Recoating – Each 15 21 Deduct with Second Stop Log Gate Set TOTAL ALTERNATE BID PRICE [6]

TOTAL ALTERNATE BID PRICE (written out words)

1. See detailed descriptions of each pay item in Section 011100 of the specifications under paragraph 1.07–Measurement and Payment. 2. Quantities indicated are for bidding and contract purposes only. Actual quantities supplied or work performed by Contractor, and verified and approved by Owner, shall determine payment. 3. Fixed price for completion of one unit of indicated bid item. 4. Unit price times estimated Quantity. 5. Sum of extended prices for Bid Item Nos. 1-14. 6. Total Base Bid Price (Note 5) less extended price for Bid Item No. 15.

Bidder: ______Date: ______

By: ______(Signature)

Title: ______14 RFP 41375

15 RFP 41375

BUSINESS RELATIONSHIPS AFFIDAVIT

Bidder shall accompany bid with a written statement under oath disclosing the following information:

1. The nature of any partnership, joint venture, or other business relationships then in effect or which existed within one (1) year prior to the date of such statement, with any architect, engineer, or other party to the project; Burns & McDonnell is the consulting engineer for this project.

2. Any such business relationship then in effect or which existed within one (1) year prior to the date of such statement, between any officer or director of the bidding company and any officer or director of any architectural or engineering firm or other party to the project; and

3. The names of all persons having any such business relationships and the positions they hold with their respective companies or firms. If none of the business relationships hereinabove mentioned exist, then provide a statement to that effect. ______

______Signature Date

Signature Date Subscribed and sworn to before me this ______date of ______, _____.

______Notary Public

(Seal)

My Commission Expires:______Commission No.: _____

16

RFP 41375

CREW SCHEDULE

Crew Foreman (attach experience description): ______

Crew Size: ______

Equipment: ______

Planned Work Schedule: ______Days/Week; _____ a.m. to _____p.m.

17 PRO FORMA Contract No. 41375

For

Pensacola Spillway Gate Rehabilitation Project

THE GRAND RIVER DAM AUTHORITY IS AN AGENCY OF THE STATE OF OKLAHOMA AND AS SUCH IS SUBJECT TO THE OKLAHOMA OPEN RECORDS ACT, 51 O.S. §§ 24a.1, et seq. TABLE OF CONTENTS

1. RECITALS, SCOPE OF WORK, AND DEFINITIONS ...... 3 2. PERSONNEL, EQUIPMENT, AND MATERIALS ...... 5 3. CONTRACT PRICE, ACCEPTANCE, FINAL PAYMENT, ALTERATIONS AND CHANGE ORDERS ...... 5 4. CONTRACTOR'S OBLIGATIONS ...... 7 5. BONDS AND INSURANCE ...... 10 6. CONTRACT TERM AND TERMINATION ...... 11 7. SUBCONTRACTING ...... 13 8. INDEMNITY AND LIABILITY ...... 14 9. WARRANTIES ...... 14 10. FORCE MAJEURE ...... 15 11. TITLE ...... 16 12. ASSIGNMENT ...... 16 13. AMENDMENT ...... 16 14. TAXES ...... 16 15. PATENTS ...... 16 16. COMPLIANCE WITH LAWS ...... 16 17. ACCESS TO WORK AND RIGHT OF INSPECTION BY GRDA ...... 17 18. ACCOUNTING AND AUDIT RIGHTS...... 17 19. WAIVERS ...... 18 20. ENVIRONMENTAL COMPLIANCE ...... 18 21. INTELLECTUAL PROPERTY LECENSING ...... 18 22. CONFIDENTIALITY ...... 19 23. APPLICABLE LAW ...... 20 24. NOTICES ...... 19

APPENDIX

ATTACHMENT A – AFFIDAVIT OF NON-COLLUSION FOR PROCUREMENT OF CONTRACT

ATTACHMENT B – CERTIFICATE OF CONTRACT COMPLETION

ATTACHMENT C – CHANGE ORDER REQUEST

ATTACHMENT D – INVOICE AFFIDAVIT

ATTACHMENT E – PERSONNEL RISK ASSESSMENT

ATTACHMENT F – GRDA’S REQUEST FOR PROPOSAL WITH TECHNICAL SPECIFICATIONS FOR CONTRACT 41375

ATTACHMENT G – CONTRACTOR’S BID PROPOSAL (MODIFIED AS REQUIRED FOR THE PURPOSES OF THIS CONTRACT)

- 2 - This Contract is entered into this day of , 2015, between the Grand River Dam Authority (“GRDA”), an Agency of the State of Oklahoma, organized and existing pursuant to 82 O.S. § 861, et seq., and (“Contractor”), incorporated in the State of . In consideration of the mutual terms, covenants, and conditions set forth, the parties agree as follows:

1. RECITALS, SCOPE OF WORK, AND DEFINITIONS.

1.1 GRDA has called for bids for:

Contract No. 41375

For

Pensacola Spillway Gate Rehabilitation Project

(the "Project"). The parties agree that the Project will be completed in accordance with the following terms and conditions, plans and technical specifications, blueprints, drawings, and any addenda made a part of this Contract.

1.2 The terms and conditions in this Contract along with Attachments A through G constitute the entire agreement between the parties regarding the Project. This Contract supersedes all additional or conflicting terms and conditions submitted in Contractor’s bid, and all prior agreements, warranties, commitments, representations, writings and discussions between the parties. This Contract may be amended or modified only by a Change Order. A Change Order is a modification of the Contract signed by the parties. A copy of GRDA’s “Change Order Request” is attached as Attachment C. In the event of an inconsistency or conflict between anything contained within the provisions of this Contract, GRDA’s Request for Proposal (Attachment F), and Contractor’s Bid Proposal (Attachment G), the order of precedence for interpretation of the terms and conditions of this Contract is: (1) Contract; (2) GRDA’s Request for Proposal; and (3) Contractor’s Bid Proposal.

1.3 Contractor represents that it has carefully examined the Site and has informed itself of the facilities for delivery and placement of all equipment and materials. Contractor agrees that it is responsible to evaluate the local economy, available labor, weather, and other conditions which may influence its productivity in performing the Project. Contractor understands that its ignorance and/or lack of understanding of conditions that exist or difficulties that may be encountered in the execution of the Work as a result of the failure to make necessary examinations will not excuse any failure or omission of Contractor to fulfill all of the requirements in the Contract, nor will it provide the basis of any claim for extra compensation.

- 3 - 1.4 GRDA and Contractor agree that the following definitions shall be applicable to this Contract:

AGM – Assistant General Manager of the Grand River Dam Authority.

Base Warranty Period – the period commencing with the Completion of Work and ending one (1) year thereafter.

Bid Proposal – the proposal submitted by Contractor related to the Project.

Certificate of Contract Completion – the certificate issued by GRDA to Contractor stating that the Work specified in the Contract has been completed according to the terms and conditions of the Contract.

Completion of the Work – the date when GRDA issues the Certificate of Contract Completion stating that the Work specified in the Contract has been completed and is ready for acceptance under the terms and conditions contained therein.

Contract Documents – (1) this Contract together with Attachments A through G, (2) all plans and drawings submitted in association with the Project, and (3) any other document to which both parties have agreed in writing.

Contract Term – the date and time for performance as set forth in the Contract Documents. Contractor’s contractual obligations pertaining to warranty, indemnification, confidentiality, insurance, and audit rights shall survive termination.

Contractor – the party entering into this Contract for the performance of the required work. Contractor shall appoint a designated representative of Contractor and provide written notification to the Designated GRDA Representative.

Designated GRDA Representative – the person authorized to represent GRDA in connection with the Project. The AGM responsible for the Project will appoint the Designated GRDA Representative and will provide written notice of the appointment to Contractor.

DA – theGR Grand River Dam Authority, an agency of the State of Oklahoma, as defined by 82 O.S. § 861 et seq.

Procurement Administrator – the GRDA employee with direct supervisory capacity of the procurement unit.

Project – as set forth in Article 1.1.

Request for Proposal – all documents published by GRDA to potential bidders related to the Project which include instructions to bidders, technical specifications and a Pro Forma Contract.

Site – GRDA’s property where the Work is to be performed.

- 4 - Specifications – collectively, all of the terms and stipulations contained in the specification.

Subcontractor – a person, firm or corporation to whom any part of the Work has been sublet by or supplied to Contractor.

Surety Company – the person, firm or corporation which is issues the surety bonds required by Article 5.1.

Work – the construction and services to be performed, necessary for the fulfillment of this Contract.

2. PERSONNEL, EQUIPMENT, AND MATERIALS.

Contractor shall furnish all personnel and equipment, except as otherwise provided, for the Work to be performed.

3. CONTRACT PRICE, ACCEPTANCE, FINAL PAYMENT, ALTERATIONS AND CHANGE ORDERS.

3.1 The Contract Price as contained in Contractor’s Bid Proposal, shall be a not to exceed price of ______Dollars ($______) and payable as set forth:

3.2 Partial Payments.

a) Contractor shall submit to the Designated GRDA Representative an invoice requesting payment associated with the completion of the task as indicated in Contractor’s Bid Proposal. As applicable, the invoice shall itemize the following information:

1. Quantity and type of material with unit cost

2. Labor rate with position title and hours worked

3. Material markup percentage

4. Equipment rate with hours utilized

5. Other miscellaneous expenses (e.g. hotel, meals, mileage, airfare, etc.)

Contractor shall provide sufficient documentation with each invoice to demonstrate the task has been achieved and supports the amounts requested.

b) Prior to the submission of each invoice following the completion of a task, Contractor shall confer with the Designated GRDA Representative to review and discuss the partial payment request. If the Designated GRDA

- 5 - Representative agrees that Contractor has demonstrated that the individual task has been fully performed, then the Designated GRDA Representative will accept delivery of the invoice.

c) Each such invoice shall be paid within thirty (30) days of the date on which the Designated GRDA Representative accepts delivery of it in accordance with Article 3.2(b).

d) Contractor shall submit a completed, executed, and notarized Invoice Affidavit with every invoice for partial payment. The form for the Invoice Affidavit is attached as Attachment D.

3.3 Final Payment. Upon completion of the Work, Contractor may request final payment of the balance of the Contract Price by submitting the “Certificate of Contract Completion” form (Attachment B) to the Designated GRDA Representative. Contractor will give written notice to the Designated GRDA Representative that the Work is ready for final inspection and acceptance, and will at the same time submit evidence satisfactory to GRDA that all payrolls, material bills, sums due subcontractors and all other indebtedness connected with the Work have been fully paid. GRDA will promptly make an inspection of the Work. In the event any portion of the Work is not in accordance with the plans and specifications or is faulty, whether such defect be latent or patent, discovered or undiscovered, before the final acceptance under this provision, Contractor will at its expense remedy such deficiencies or defaults and correct any improper construction or workmanship in accordance with the Contract and warranty article herein, and will then complete performance of this Contract in accordance with the Contract Documents. Contractor will submit a completed, executed, and notarized Invoice Affidavit with every invoice for payment. The form for the Invoice Affidavit is attached as Attachment D.

3.4 When, upon inspection, GRDA finds that the Work has been fully completed and the Contract fully performed, Contractor and GRDA will complete the applicable portions of the “Certificate of Contract Completion” form (Attachment B), including release of all claims and liens. Contractor shall complete the sworn affidavit on this certificate, certifying that all Work is complete in accordance with all terms of this Contract and releasing GRDA from all claims and liens. GRDA agrees not to unreasonably withhold issuance of this certificate for minor inconsistencies that Contractor has agreed in writing to remedy in accordance with the Contract. Upon receipt of the final certificate from GRDA that the Work has been completed according to the terms and conditions of the Contract documents, Contractor will invoice GRDA for payment in full, including retainage amounts, in accordance with the prices shown in Contractor’s Bid, along with the sum of the change orders, and GRDA will, within thirty (30) days, pay to Contractor the entire balance then due and payable unless otherwise agreed to in writing signed by both parties. No interest or penalty will be charged by Contractor for late payment until forty-five (45) days after receipt of the invoice at GRDA’s office. If there are apparent billing errors, or amounts in dispute, payment will be delayed for those specific items until such errors or disputes are resolved satisfactorily between the parties. All submittals, operating manuals, brochures, as–built drawings, receipts for keys given to GRDA, warranties, and all other requirements of the Contract must be presented to GRDA before final payment is made.

3.5 GRDA’s approval of the “Certificate of Contract Completion” will not of itself constitute an approval or acceptance of any faulty Work or defective materials, whether latent or

- 6 - patent, nor will any payment by GRDA, whether progress payment or final payment, constitute a waiver and/or acceptance of any defective or faulty workmanship or materials. On such final completion and before final payment will be due under this Contract, Contractor will furnish to GRDA a release of all claims and right of lien and a sworn statement as required by law.

3.6 Contractor will not be entitled to any claim for additional compensation related to the performance of additional work beyond the scope of the original contract unless the claim for additional compensation is approved and authorized in writing by the Designated GRDA Representative before the commencement of the additional work.

3.7 The following procedure will apply to additional work beyond the original scope of the Contract:

a) If the Designated GRDA Representative and Contractor agree that a change is needed in the Work, the Designated GRDA Representative and Contractor will complete the applicable portions of the “Change Order Request” form (Attachment C). The “Change Order Request” must fully describe the change in the scope of work, explaining completely what each item entails and the cost, credit, and time extension involved. Contractor will provide a detailed breakdown of cost, showing quantities and sizes of materials, unit cost, labor, equipment, profit and overhead, and other expense items. The change in work scope described in the “Change Order Request” is not authorized until it has been approved by the GRDA Board of Directors.

b) Change orders or addenda to contracts of One Million Dollars ($1,000,000.00) or less shall not exceed a fifteen percent (15%) cumulative increase in the original contract amount.

c) Change orders or addenda to contracts of over One Million Dollars ($1,000,000.00) shall not exceed the greater of One Hundred Fifty Thousand ($150,000.00) or a ten percent (10%) cumulative increase in the original contract amount.

d) Change orders or cumulative change orders which exceed the limits stated in 3.7(b) or 3.7(c) shall require a re-advertising for bids on the incomplete portions of the Contract.

e) Before any change order is binding, it must be approved by the GRDA Board of Directors and the reasons for approval must be recorded in the permanent records of GRDA. GRDA is not responsible for payment of the additional adjusted amount until approved by the GRDA Board of Directors.

4. CONTRACTOR’S OBLIGATIONS.

4.1 Contractor will, unless otherwise specified, provide all supervision, materials, labor, tools, equipment, and other facilities necessary for the execution and completion of the

- 7 - specified Work. All materials, unless otherwise specified, shall be new. Contractor will, if requested, furnish satisfactory evidence of the kind and quality of materials to the Designated GRDA Representative who may approve or reject them. Contractor will diligently perform the specified Work in accordance with good industry practices and in a workmanlike manner. Contractor will use such methods, appliances, supervision and inspection for the performance of the specified Work that will assure satisfactory quality conforming to the provisions of this Contract. GRDA may provide equipment to be used by Contractor for performing authorized Work. GRDA equipment may include, but is not limited to, construction equipment, motor vehicles, boiler air bags, forklifts, and manlifts. Contractor shall take full responsibility for the safe operation of such equipment by its employees. Contractor shall assume all risk of loss or damage to such equipment.

4.2 Contractor will commence Work only after receiving a written authorization from the Designated GRDA Representative. Contractor will furnish sufficient trained and experienced personnel, materials, and equipment, and will work such hours and furnish such other necessities so as to assure the completion of the authorized Work in accordance with the work scope and schedule specified by the Designated GRDA Representative. Contractor agrees to utilize its best skill and judgment, and to cooperate with GRDA in every way. Contractor agrees to provide highly competent supervision and direction and to maintain at the Site the necessary material, equipment, and skilled workmen to properly prosecute the Work to completion.

4.3 Contractor will not perform any Work without drawings or specifications approved by the Designated GRDA Representative. Where Contractor proposes to deviate from the drawings or specifications, it must obtain approval in writing from the Designated GRDA Representative before commencing the Work. All Work performed under this Contract shall be performed to the satisfaction of the Designated GRDA Representative, who will, in all cases, determine the amount, quality acceptability, and fitness of the completed Work. The Designated GRDA Representative will decide all matters which may arise as to Contractor’s fulfillment of the Contract specifications. The decision of the Designated GRDA Representative thereon shall be final and conclusive.

4.4 Contractor will obtain all permits, certificates, and licenses which are requirements in existence on the date of Contract award, except for those specifically required or normally furnished by GRDA, and Contractor agrees to fully comply with such permits. Further, Contractor will, where applicable, comply with all applicable codes, including, but not limited to, ASME, ANSI, and manufacturer’s specifications relating to stress, clearances, pressure, and precision measurements, all as provided in manufacturer’s plans and drawings for assembly and disassembly of equipment.

4.5 Contractor will, in a good and workmanlike manner, perform and complete all the Work required by this Contract within the time specified in accordance with the provisions of this Contract and the specifications. It is expressly understood and agreed by the parties that the specified times for completion of the Work are reasonable times for its completion, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality.

4.6 Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to

- 8 - Contractor with the Contract Documents before commencing activities. Errors, inconsistencies, or omissions discovered shall be reported to the GRDA Representative immediately.

4.7 Should Contractor neglect, fail or refuse to complete the Work within the times specified in the Schedule for Contract Work included in GRDA’s Request for Proposal, then Contractor agrees, as part consideration for the awarding of this Contract, to pay to GRDA Five Hundred Dollars ($500.00) not as a penalty, but as liquidated damages for each such breach of contract, for each calendar day beyond the Required Completion Date set forth in the Specifications. In computing the time actually taken to complete the Work, the length of time (expressed in days or parts of days) during which the Work or any part of it has been delayed as a result of any act or omission of GRDA, (which shall be determined and certified in writing by the Designated GRDA Representative, and shall be binding and conclusive upon Contractor), or any force majeure event, shall be allowed to Contractor and excluded from the computation. The total liquidated damages for delay in completion of the Work as a result of causes that are deemed to be within the reasonable control of Contractor are limited to a maximum of thirty percent (30%) of the total price of the Work covered by this Contract.

4.8 The liquidated damages described above are fixed and agreed upon by the parties because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages GRDA would sustain in such event. The amount is agreed by the parties to this Contract to be the amount of damages which GRDA would sustain. GRDA may, in addition to any other amount retained, retain amounts from time to time if current periodical payments are made. IT IS FURTHER AGREED THAT TIME IS OF THE ESSENCE OF EACH AND EVERY PORTION OF THIS CONTRACT AND OF THE SPECIFICATIONS IN WHICH A DEFINITE AND CERTAIN LENGTH OF TIME IS FIXED FOR THE PERFORMANCE OF ANY ACT WHATSOEVER; and where under the Contract an additional time is allowed for the completion of any Work, the new time limit fixed by such extension shall be of the essence of this Contract. A request for extension of time shall be filed with the GRDA Procurement Administrator within twenty (20) days from the date when any alleged cause for delay shall occur. No extension shall be deemed to be a waiver by GRDA of any of its rights under this Contract.

4.9 Contractor agrees that the Work shall be prosecuted regularly, diligently and uninterruptedly as far as possible, but it is expressly understood and agreed that the rate of progress and the time for completing the Work is subject to extension and revision in the event that Contractor is delayed in performance due to unforeseeable causes beyond its control and without its fault.

4.10. At least fifteen (15) days prior to entering the Site or any other GRDA property, Contractor will provide to GRDA (1) a list of the names all employees, agents, and representatives of Contractor and all Subcontractors who will perform work on Site, and (2) a completed Personnel Risk Assessment form (Attachment E) for each such individual so that GRDA may complete background checks. Only those persons approved in writing by the Designated GRDA Representative may enter the Site. Before any additional employee, agent, or representative of Contractor or Subcontractor may enter the Site, Contractor must obtain written approval from the Designated GRDA Representative and provide a completed Personnel Risk Assessment form. Whenever requested by GRDA, Contractor, at no cost to GRDA, will immediately remove any person from the Site.

- 9 - 5. BONDS AND INSURANCE.

5.1 Contractor will furnish a surety bond or bonds, or an irrevocable letter of credit in the amount of 100% of the total Contract Price with terms acceptable to GRDA, prior to the execution of this Contract. Such bond(s) or irrevocable letter of credit will be valid for a period of one (1) year after acceptance of the Work, or to the end of the Base Warranty Period as defined in Article 1.4 of the Contract, whichever is sooner, and will be renewed for additional one (1) year periods for each and every year this Contract is in full force and effect, and will guarantee the following:

a) That all material liens, subcontractor liens or any other legal encumbrances under this contract are paid [i.e. Payment Bond]; and

b) Proper and prompt completion of the Work in accordance with the provisions of the Contract and specifications [i.e. Performance Bond]; and

c) Proper and prompt correction of any defects of workmanship or materials during the warranty period [i.e. Defect Bond].

5.2 All bonds will be in a form approved by GRDA with terms acceptable to GRDA. All bond submittals shall contain all terms and conditions of the bonds or applicable to the bonds. The surety company shall be authorized and registered to do business in Oklahoma and listed in Federal Circular 570.

5.3 Contractor, at its own expense, will carry, with reliable insurance companies that are (1) authorized to do business in the State of Oklahoma and (2) acceptable to GRDA, the following types of insurance with limits not less than shown in the respective amounts:

a) Commercial General Liability Insurance. Contractor will maintain for the duration of this Contract a commercial general liability insurance policy covering all work and operations by or on behalf of Contractor, including but not limited to coverage for bodily injury, wrongful death, personal injury, property damage, premises and/or operations hazards, products and completed operations, and contractual liability insuring the obligations assumed by Contractor in this Contract. The commercial general liability insurance policy cannot exclude the perils of explosion, collapse and underground hazards. The commercial general liability insurance policy shall be written on an occurrence basis. The limits of liability will not be less than One Million Dollars ($1,000,000) per occurrence. If defense costs are included in the limits of liability, then the required limits referenced above will be increased by One Million dollars ($1,000,000).

GRDA, its officers, directors, employees, representatives and agents shall be expressly named as additional insureds on the commercial general liability insurance policy with respect to liability arising out of the work and operations performed by or on behalf of Contractor. The commercial general liability insurance policy shall stipulate that the insurance afforded to the additional insureds shall apply on a primary and non-contributory

- 10 - basis and that any other insurance carried by the additional insureds will be excess only and will not contribute with this insurance.

b) Automobile Liability Insurance. Contractor will maintain for the duration of this Contract an automobile liability insurance policy insuring against claims for bodily injury and property damage and covering liability arising out of all motor vehicles, including owned, leased/hired, and non-owned motor vehicles. The limit of liability will not be less than One Million Dollars ($1,000,000) per accident for bodily injury and property damages. The automobile liability insurance policy shall be written on an occurrence basis.

c) Workers’ Compensation and Employer’s Liability Insurance. For the duration of this Contract, Contractor will provide workers’ compensation insurance sufficient to meet its obligations under the laws of the State of Oklahoma. Further, Contractor will provide employer liability insurance covering its legal obligation to pay damages because of bodily injury or occupational disease, including resulting death, sustained by an employee. The employer liability insurance shall contain a liability limit of no less than One Hundred Thousand Dollars ($100,000) per accident for bodily injury or disease.

d) Excess/Umbrella Insurance. For the duration of this Contract, Contractor will provide Excess/Umbrella insurance coverage of not less than Three Million Dollars ($3,000,000) to follow form on the employer’s liability, general liability, and auto insurance required above.

5.4 Waiver of Subrogation. Contractor grants to GRDA a waiver of Contractor’s rights to subrogation against GRDA. Further, Contractor grants to GRDA a waiver of all rights to subrogation which any insurer of Contractor may acquire against the GRDA by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. Contractor understands and acknowledges that this waiver of subrogation provision applies regardless of whether Contractor has received a waiver of subrogation endorsement from its insurer.

5.5 A certificate of such insurance shall be forwarded to the Legal Department, Grand River Dam Authority, P.O. Box 409, Vinita, Oklahoma 74301. The certificate must show the name and address of the insured, particular work covered, limits of coverage, policy number, effective and expiration dates and cancellation requirements. Should any of the above described policies be cancelled before the expiration date, the issuing insurer will endeavor to mail thirty (30) days written notice to GRDA, but failure to do so shall impose no obligation or liability of any kind upon the insurer, agents or representatives.

6. CONTRACT TERM AND TERMINATION.

6.1 The period of performance under this Contract shall be as provided in the specifications and Contractor’s Proposal from the effective date of this Contract unless sooner terminated as provided for herein.

- 11 -

6.2 GRDA may terminate this Contract for convenience upon thirty (30) days prior written notice to Contractor or should the work be delayed for a period in excess of ninety (90) days due to a force majeure condition. Termination charges in either event will include a portion of the Contract price reflecting the amount of work performed, man hours expended and materials acquired at the time of termination. These charges will also include the expenses associated with the termination, including, but not limited to, any additional expense incurred by reason of termination or cancellation of agreements between Contractor and its suppliers, and any applicable costs allocated in contemplation of performance, including profit and overhead costs associated with the work performed, but not including any consequential damages. Contractor will make every reasonable effort to minimize such termination charges. All termination charges shall be due and payable thirty (30) days from the date of receipt of Contractor’s invoice. No interest or penalty shall be charged by Contractor for late payment until forty-five (45) days after receipt of the invoice at GRDA’s office.

6.3 If Contractor fails, at any time during the performance of the Work, to provide the necessary crews, tools, and equipment for the performance of the Work, or fails to perform any of its obligations described in the Contract, and in either case, fails to substantially cure the non- conforming action within five (5) days of receiving notice, GRDA may, at its election, and without prejudice to other remedies it may have, either (i) cancel this Contract in its entirety and pay to Contractor the reasonable value of the work completed to date of cancellation; or (ii) relet the work to another Contractor. In such event, Contractor shall not be entitled to any consequential damages. If reasonable remediation efforts are taken by Contractor in a timely manner, then GRDA will continue to allow Contractor to complete the remedial action without declaring Contractor to be in default. Following completion of the work under (ii) above, Contractor shall be entitled to receive the balance of the amount owed Contractor as specified in this Contract, less the cost to GRDA for completion of the work; provided, however, the cost of completion, plus any payments previously made to Contractor, shall not exceed the Contract Price plus any approved change orders. GRDA’s remedies in the event of default by Contractor, as described in this paragraph, shall not be construed as a waiver of other rights or remedies to which GRDA may be entitled by virtue of such default.

6.4 Upon termination of the Contract by GRDA, GRDA shall be released from further liability to Contractor or Surety Company. If Contractor cannot be located, the payment for any amount owed to Contractor for work performed shall be held in GRDA funds for Contractor for a period not to exceed thirty-six (36) months at which time the payment shall be deposited in the GRDA Revenue Fund. This shall release GRDA from any further liability to Contractor or Surety Company.

6.5 GRDA may, at any time and in its sole discretion, suspend performance of all or part of the Work. GRDA will provide a written notice to Contractor specifying the extent to which the Work is suspended and identifying the effective date of the suspension. Contractor will suspend performance of the Work on the effective date to the extent specified in the notice, but will continue to perform the Work not suspended. Pending receipt of GRDA's instructions, Contractor agrees to protect and preserve items committed to or purchased for the suspended Work. Contractor will use all reasonable means to minimize the consequences of a suspension.

- 12 - If the suspension is unrelated to Contractor's failure to comply with this Contract, GRDA will adjust the schedule to reflect the reasonable delay due to the suspension and will reimburse Contractor for the reasonable and direct additional costs incurred by Contractor due solely to the safeguarding or storage of the Work in accordance with GRDA's instructions. Contractor will not be entitled to an extension of the schedule or additional compensation if suspension is due to causes related to Contractor's failure to comply with this Contract. Contractor's sole and exclusive remedies for a GRDA-directed suspension shall be those set forth directly above.

Contractor will promptly resume performance of all or part of the suspended Work in accordance with GRDA's written authorization to resume the Work. Contractor must present all claims and supporting materials related to a suspension under this Article within ten (10) calendar days after the date set by GRDA for resumption of the suspended Work. Failure of Contractor to present all Claims within the ten (10) calendar–day period will constitute a waiver of Contractor's right to receive an extension of the schedule or additional compensation related to the suspension.

Contractor may not suspend performance of the Work except as directed by GRDA under this Article.

7. SUBCONTRACTING.

7.1 Except as provided in Contractor’s Bid Proposal, Contractor will not subcontract any portion of the Work without first obtaining GRDA’s written consent. Approval of any Subcontractor by GRDA will not constitute a waiver of GRDA’s right to reject work not in conformance with the Contract. This right of subcontractor and subcontract approval does not extend to individuals or entities providing services to Contractor under personal or professional service contracts or subcontracts.

7.2 The requirements in this Contract shall also apply to each succeeding tier of Contractor’s subcontractors.

7.3 Contractor shall be fully responsible for acts and omissions of its subcontractors. Nothing in this Contract shall be construed to create any contractual relationship between GRDA and any subcontractor, nor any obligation on the part of GRDA to pay or to see to the payment of any money due any subcontractor of Contractor, except as may be otherwise required by law.

7.4 Contractor shall be responsible for the management and performance of its subcontractors in the performance of the Work.

7.5 Contractor shall inspect and promptly report to GRDA any and all defects of such other work as would render it unsuitable for proper performance under this Contract. Failure by Contractor to inspect and report any such deficiency by any Subcontractor shall constitute its acceptance of the work of such Subcontractor as being fit, adequate, and proper for the reception of the required work, but this clause shall not be construed or interpreted as relieving Contractor of the primary responsibility of due performance of this Contract in a good and workmanlike manner which shall extend to and encompass any and all work done under this Contract.

7.6 Contractor will pay the Subcontractors the amounts to which they are entitled no later than seven (7) days after Contractor receives payment from GRDA. GRDA has the right to

- 13 - request written evidence from Contractor that Contractor has properly paid the Subcontractors. If Contractor fails to furnish such evidence, then GRDA will have the right to contact the Subcontractors to determine whether they have been properly paid.

7.7 GRDA does not have an obligation to pay the Subcontractors. GRDA does not have an obligation to ensure that the Subcontractors are properly paid by Contractor. Should GRDA determine that a Subcontractor has not received payment for its portion of the work, GRDA may directly pay the Subcontractor the amount that it is owed and deduct that amount from any future payment to Contractor or issue a separate invoice to Contractor.

8. INDEMNITY AND LIABILITY.

8.1 The Parties intend that each shall be responsible for its own acts or omissions to act. GRDA shall be responsible for any damages or injuries caused by the acts or omissions to act of its officers and employees while acting within the scope of their employment according to the Governmental Tort Claims Act, Title 51 O.S. § 151, et seq. Contractor shall be responsible for any damages or injuries caused by the acts or omissions to act of its officers, employees, or agents. Contractor agrees to hold harmless GRDA of any claims, demands and liabilities resulting from any act or omission on the part of Contractor and/or its officers, employees, or agents in the performance of the Contract. It is the express intention of the parties hereto that this agreement shall not be construed as, nor given the effect of, creating a joint venture, partnership, affiliation, or association that would otherwise render the parties liable as partners, agents, employer- employee or otherwise create any joint and several liability.

8.2 GRDA acknowledges and agrees that Contractor shall have no liability for any damages under any theory of liability for losses, damages, expenses or any other type of claim caused, in whole or in part, by any subcontractor or supplier that has been specifically named and specified as required in the GRDA Request for Proposal that is attached hereto and made a part of this Contract. Contractor will reasonably and fully cooperate in assigning or liquidating any such claim to allow GRDA to attempt to recover damages from the responsible subcontractor or supplier.

8.3 To the fullest extent allowed by applicable law, in no event will GRDA or Contractor be liable for any special, indirect, or consequential damages including, without limitation, damages or losses in the nature of increased Project costs, loss of revenue or profit, lost production, claims by customers of GRDA, or governmental fines or penalties. This waiver shall not apply to the liquidated damages provided for in this Contract.

8.4 Contractor has taken all steps to fully inform itself of the current status of Oklahoma law on the issue of limitation of liability, indemnification, and the GRDA.

8.5 GRDA does not waive any protection it has under the Governmental Tort Claims Act (51 O.S. § 151 et seq.)

9. WARRANTIES.

9.1 Contractor warrants that the equipment and Work to be provided will conform to all specifications which are part of this Contract, will be free of defects in workmanship or material,

- 14 - and will be designed for the purposes stated in the specifications for a Base Warranty Period of one (1) year commencing from the date of completion of the installation.

9.2 If any failure to conform to the foregoing warranties is discovered before one (1) year after completion of installation, and GRDA gives Contractor written notice within thirty (30) days following the end of such warranty period, then Contractor shall promptly correct such nonconformity at its sole cost and expense.

9.3 The warranty on the repaired or replaced equipment, or the correction of defective workmanship, provided by Contractor pursuant to the provisions of this warranty, will be on the same terms and conditions as set forth herein commencing from the date of such repair, replacement and/or rework.

9.4 If under the provisions of the Contract, Contractor is notified by GRDA to correct defective or non-conforming Work, and Contractor states or by its actions indicates that it is unable or unwilling to proceed with corrective action in a reasonable time, GRDA may, upon written notice, proceed to accomplish the redesign, repair, rework or replacement of non-conforming Work by the most expeditious means available and back-charge Contractor for the costs incurred. Furthermore, if GRDA agrees or is required to perform Work for Contractor, such as cleanup, off- loading or completion of incomplete Work, GRDA may, upon written notice, perform such Work by the most expeditious means available and back-charge Contractor for the costs incurred. The cost of back-charge Work shall include labor, materials, and other direct costs. The back-charge notice will request Contractor’s concurrence for GRDA to proceed with the required Work. However, failure of Contractor to grant such concurrence shall not impair GRDA’s right to proceed with Work and back-charge Contractor under this or any other provision of the Contract.

9.5 GRDA shall separately invoice or deduct from payments otherwise due to Contractor the costs as provided herein. GRDA’s right to back-charge is in addition to any and all other rights and remedies provided in this Contract. The performance of back-charge Work by GRDA shall not relieve Contractor of any of its responsibilities under this Contract including but not limited to express warranties, specified standards for quality, contractual liabilities and indemnifications.

10. FORCE MAJEURE.

10.1 Contractor will not be liable for failure to perform any obligation or delay in performance resulting from or contributed to by any cause beyond the control of Contractor or its suppliers if such cause was not reasonably foreseeable, or from any act of God; act of civil or military authority; act of war, whether declared or undeclared; act (including delay, failure to act or priority) of any governmental authority or GRDA; civil disturbance; insurrection or riot; sabotage; terrorist activities; fire; earthquake; flood; strike, work stoppage or other labor difficulty; embargo; car shortage; fuel or energy shortage; major equipment breakdown; delay or accident in shipping or transportation; or failure or delay beyond its reasonable control in obtaining necessary manufacturing facilities, labor or materials from usual sources.

10.2 In the event of a delay in performance excusable under this Article, the date of delivery or time for performance of the Work will be extended by a period of time reasonably necessary to overcome the effect of the delay.

- 15 -

11. TITLE. Title to all materials and Work furnished by Contractor hereunder shall pass to GRDA upon Contractor’s receipt of payment as provided in Article 3.1. Notwithstanding the terms of any agency appointment agreement entered into by the parties, Contractor shall retain all liability for, and risk of loss or injury to all materials and Work to be furnished by Contractor until final approval and acceptance of complete performance of this Contract.

12. ASSIGNMENT. Contractor shall not assign or transfer any work under this Contract without the prior written consent of GRDA. Any assignment by Contractor agreed to by GRDA shall not relieve Contractor of its obligations under this Contract.

13. AMENDMENT. This Contract may be amended only by a written instrument signed by both Contractor and GRDA.

14. TAXES. The prices herein are exclusive of any present or future federal, state or municipal sales, use, property, gross receipts, gross income, excise, value added or other similar taxes with respect to the work performed herein. If Contractor is required by applicable law or regulation to pay or collect such taxes on the Work performed, then GRDA shall pay such tax or reimburse Contractor for any payment of any such tax made by Contractor which is in addition to the Contract Price.

15. PATENTS.

15.1 Contractor will, at its own expense, defend, or, at its option, settle any suit or proceeding brought against GRDA so far as based on an allegation that any equipment furnished and used by Contractor in furtherance of the Work, work on GRDA’s material, or process performed by Contractor in connection with the equipment/service or use thereof for its intended purpose constitutes an infringement of any United States patent, copyright or trade secret, if Contractor is notified promptly in writing and given authority, information and assistance in a timely manner for the defense of said suit or proceeding. Contractor will pay the damages and costs awarded in any suit or proceeding so defended. Contractor will not be responsible for any settlement of such suit or proceeding made without its prior written consent. In case the process, as a result of any suit or proceeding so defended, is held to constitute infringement of any patent, copyright or trade secret, or its use by GRDA is enjoined, Contractor will, at its option and its own expense, either (i) procure for GRDA the right to continue using said equipment, GRDA’s material or process; (ii) replace it with a substantially equivalent non-infringing equipment, GRDA’s material or process; or (iii) modify the equipment, GRDA’s material or process so it becomes non- infringing.

15.2 Contractor will have no duty or obligation to GRDA under this Section to the extent that the equipment, work on GRDA’s material, or process is supplied according to GRDA’s instructions if compliance therewith has caused Contractor to deviate from its normal course of performance, and by reason of said instruction, a suit is brought against GRDA.

16. COMPLIANCE WITH LAWS.

16.1 In the performance of any work under this Contract, Contractor and its suppliers shall comply with all applicable provisions and requirements of the Civil Rights Act of 1991 and

- 16 - any amendments thereto, the Fair Labor Standards Act of 1938 and amendments thereto, the Occupational Safety and Health Act of 1970 and all other federal, state and local laws, including but not limited to environmental laws. The Contract Price, as contained in Contractor’s Bid Proposal for the work hereunder, is based on compliance by Contractor with these laws and requirements as they are in effect on the date of the offer prepared by Contractor. If any failure by Contractor or any subcontractor to comply with such laws, regulations or enactment shall result in any fine, penalty, cost or charge or expense being assessed or levied against GRDA, Contractor agrees to indemnify GRDA for such expenses.

16.2 Contractor certifies that it and all proposed subcontractors, whether known or unknown at the time this Contract is executed or awarded, are in compliance with 25 O.S. Section 1313 and participate in the Status Verification System. The Status Verification System is defined in 25 O.S. Section 1312 and includes, but is not limited to the free Employee Verification Program (E-Verify) available at www.dhs.gov/E-Verify.

17. ACCESS TO WORK AND RIGHT OF INSPECTION BY GRDA. GRDA shall have reasonable access to the areas of Contractor plants where the work under this Contract is being performed to enable GRDA to observe tests on the work. Contractor, if requested, will inform GRDA of those tests and procedures which can be witnessed and the schedule for those test and procedures. If GRDA wishes to witness a test or procedure, GRDA will timely notify Contractor of its intent. However, no rescheduling of tests or delays in manufacturing or shipment will be made to accommodate GRDA’s attendance to witness a test or procedure. Contractor will exercise reasonable efforts to secure similar rights with respect to the inspection of the work at Supplier’s premises. Any tests conducted at the Site shall likewise contain the same rights.

18. ACCOUNTING AND AUDIT RIGHTS.

18.1 Contractor agrees to furnish GRDA, in such form as will be reasonably satisfactory to GRDA, detailed statements pertaining to the cost of material and labor as may be necessary for GRDA to comply with the requirements of its internal purchasing and accounting policies or any governmental regulatory authority having jurisdiction over GRDA with the understanding that any such requests by GRDA for such information will comply with and be in accordance with generally accepted accounting principles and practices. In determining the amount of compensation payable to Contractor, Contractor shall, during the period of performance of Work invoiced on a time and material basis, maintain books, records, documents and other supporting data relating to the amounts invoiced, in accordance with generally accepted accounting principles and practices.

18.2 During the performance of Work, GRDA, having given reasonable prior notice, shall have the right to request to examine and audit such books, records, documents and other supporting data of Contractor which are reasonably necessary to substantiate the amounts and items invoiced. Such audit shall be conducted in accordance with a mutually agreed time schedule, on the account of GRDA, and in accordance with generally accepted auditing standards.

18.3 AUDIT AND MAINTENANCE OF RECORDS. Contractor will, at all times during the term of this Contract and for a period of five (5) years after the completion of this Contract, maintain and make available for inspection and audit by GRDA and/or the Oklahoma State Auditor, all books, supporting documents, accounting procedures, practices, and all other items relevant to the Contract.

- 17 -

19. WAIVERS. The failure of either party to enforce, at any time, any of the provisions of this Contract or to require, at any time, performance by the other party of any of such provisions, shall in no way be construed to be a waiver of such provision, nor in any way to affect the validity of this Contract, or any parts thereof, or the right of either party thereafter to enforce each and every provision.

20. ENVIRONMENTAL COMPLIANCE.

20.1 Contractor recognizes that the performance of the work at the Site may involve the generation of hazardous waste as such term is defined in the Resource Conservation and Recovery Act (42 U.S.C. § 6901, et seq.), the laws of the State of Oklahoma and the rules or regulations issued thereunder now in effect or as amended. GRDA shall designate an area for hazardous waste storage at the Site where waste containers are to be placed by Contractor. Contractor shall, at its expense, furnish containers appropriate for hazardous waste storage and be responsible for the transportation and disposal of such waste. Contractor agrees to store, transport, and dispose of such hazardous waste in accordance with all applicable federal, state and local laws, rules, regulations and ordinances. GRDA shall pre-approve any waste contractor and disposal facility proposed to be utilized by Contractor prior to the waste leaving the GRDA job site. Further, Contractor shall employ procedures to minimize the generation of hazardous waste during the performance of its work hereunder.

20.2 Contractor further recognizes that the performance of the work at the Site may involve the generation of non-hazardous waste as such term is defined in the Resource Conservation and Recovery Act (42 U.S.C. § 6901, et seq.), the laws of the State of Oklahoma and the rules or regulations issued thereunder now in effect or as amended. GRDA shall designate an area for non-hazardous waste storage at the Site where waste containers are to be placed by Contractor. Contractor shall, at its expense, furnish containers appropriate for non-hazardous waste storage and be responsible for the transportation and disposal of such waste. Contractor agrees to store, transport, and dispose of such non-hazardous waste in accordance with all applicable federal, state and local laws, rules, regulations and ordinances. GRDA shall pre- approve any waste contractor and disposal facility proposed to be utilized by Contractor prior to the waste leaving the GRDA job site. Further, Contractor shall employ procedures to minimize the generation of non-hazardous waste during the performance of its work hereunder.

21. INTELLECTUAL PROPERTY LICENSING.

21.1 Contractor hereby grants to GRDA a nonexclusive, non–sublicensable, and royalty–free license to use the Work, including, but not limited to the design and construction related documents, blueprints, drawings, and computer programs including, but not limited to, machine readable object code, flow charts, logic diagrams, listings, and any listing generated therefrom (referred to herein as the “Software”), for use by GRDA in operating or in connection with the equipment. Contractor, at its sole option and discretion, may provide GRDA with updates and improvements for the software for an additional cost and these shall also be covered by the provisions of this Agreement.

21.2 GRDA shall maintain the confidentiality of the design and construction related documents, blueprints, drawings, and computer programs by limiting access to those documents

- 18 - and materials to its employees, agents, or consultants having a need to know. In addition, GRDA shall employ reasonable measures to prevent any unauthorized use, copying, publishing, reproducing, or disclosing of the software and shall treat such with no lesser care than its own confidential information.

22. CONFIDENTIALITY.

22.1 Contractor agrees to accept and hold drawings, specifications, identified computer software, materials and information furnished by GRDA hereunder in complete confidence, and further agrees not to divulge such to any third party or use the same for its own benefit, except to the extent of performing the work hereunder. Contractor agrees to return all originals and copies of such data and all ancillary information derived therefrom to GRDA promptly upon its request or termination of this Contract, whichever occurs first.

22.2 Contractor understands and acknowledges that GRDA is an agency of the state of Oklahoma and is subject to the Oklahoma Open Records Act, 51 O.S. § 24A.1, et seq., and the Oklahoma Open Meetings Act, 25 O.S. § 301, et seq. Contractor may have a proprietary interest in information that may be furnished to GRDA pursuant to the Contract. To the extent permitted by applicable law, GRDA will keep in confidence and will not disclose any information which is specifically designated in writing by Contractor as being proprietary to Contractor without the prior written permission of Contractor or use any such information for other than the purpose for which it is supplied. The provisions of this paragraph shall not apply to information, notwithstanding any confidential designation thereof, which (a) is known to GRDA without any restriction as to disclosure or use at the time it is furnished, (b) is or becomes generally available to the public without breach of any agreement, (c) is independently developed as demonstrated by competent evidence, or (d) is received from a third party without limitation or restriction on the third party or GRDA at the time of disclosure. Contractor understands and acknowledges that GRDA’s duties under the Oklahoma Open Records Act, 51 O.S. § 24A.1, et seq., may require GRDA to disclose information which has been designated by Contractor as proprietary and confidential. When GRDA receives a request to disclose information which has been designated by Contractor to be confidential or proprietary, before disclosing the information GRDA will provide Contractor with advance written notice of the information requested and GRDA’s intent to disclose.

23. APPLICABLE LAW. The words and phrases of this Contract shall be given their ordinary English meaning and this Contract shall be interpreted and construed in accordance with the laws of the State of Oklahoma.

24. NOTICES. Except as otherwise provided, all notices required or permitted to be given shall be in writing and shall be deemed properly given when delivered in person to the other party to be notified or when mailed by registered or certified United States mail, postage prepaid to the proper individual(s), or when sent by facsimile to the party to be notified at its address set forth below, or such other address as the party to be notified may have previously designated by written notice to the other:

Designated GRDA Representative: ______

- 19 - ______

GRDA Procurement Administrator: ______

GRDA Assistant General Manager: ______

Contractor: ______

This Agreement entered into as of the day and year first above written.

GRAND RIVER DAM AUTHORITY

ATTEST: (Seal) By ______Daniel S. Sullivan, General Manager/CEO Director of Investments ______Sheila Allen, Secretary

(CONTRACTOR)

ATTEST: (Seal) By ______(Title) ______Secretary

- 20 - Attachment A

AFFIDAVIT OF NON-COLLUSION FOR PROCUREMENT OF CONTRACT (Attached to and a Part of the Contract)

STATE OF ______) ) ss COUNTY OF ______)

______, of lawful age, being first duly sworn, on oath says that (s)he is the agent authorized by ______, to execute the contract of which this affidavit is a part. Affiant further states that Contractor has not paid, given or donated or agreed to pay, give or donate to any officer or employee of the GRAND RIVER DAM AUTHORITY, any money or other thing of value, either directly or indirectly, in the procuring of this contract.

______(Agent Authorized by Contractor)

______(Complete Legal Name of Contractor)

Subscribed and sworn to before me this ______day of ______, 201___.

______(Notary Public)

My Commission Expires:

______(Date)

Commission No.:

______Attachment B

State of Oklahoma Grand River Dam Authority

Certificate of Contract Completion

Project Name Contract Number Contractor Contract Date Contract Amount

CONTRACTOR’S AFFIDAVIT

I DO SOLEMNLY SWEAR AND AFFIRM: That the work under the above named contract and all amendments thereto have been completed in accordance with the requirements of said contract; that all costs incurred for equipment, materials, labor, and services against the project have been paid; that no liens have been attached against the project; that all Workmen’s Compensation claims are covered by Workmen’s Compensation Insurance as required by law; that all public liability claims are adequately covered by insurance; that I, acting for the Contractor, shall save, protect, defend, indemnify, and hold the Grand River Dam Authority harmless from and against all claims which arise as a direct or indirect result of any transaction, event or occurrence related to performance of the work included under said contract.

Contractor: ______

By: ______

Title: ______

Date: ______

State of Oklahoma, County of ______.

Personally appeared before me this ______day of ______, 201____.

______, known (or made known) to me to be the ______

[Owner, partner, title] of the above named Contractor, who being by me duly sworn, subscribed in the foregoing affidavit in my presence.

Notary Officer: ______

Typed Name: ______

My Commission expires: ______

Commission No: ______Certificate of Acceptance

THIS IS TO CERTIFY: That the work under the above described contract has been completed under the terms of the contract; that based on inspection and upon the statements made in the above affidavit, the project is hereby accepted as completed.

FOR GRAND RIVER DAM AUTHORITY

By: ______

Date: ______Title: ______

Distribution:

 GRDA Legal Department  GRDA Finance Department  Responsible GRDA Assistant Manager  Contractor Attachment C

State of Oklahoma Grand River Dam Authority

Change Order Request ______

DO NOT PROCEED WITH WORK DESCRIBED HEREIN UNTIL ALL ENTITIES LISTED BELOW HAVE SIGNED THIS DOCUMENT. This request for modification shall be prepared by the Contractor. This form is required to be submitted. All costs must be broken down. THIS WORK IS NOT AUTHORIZED UNTIL ALL ENTITIES HAVE SIGNED THIS DOCUMENT. ______

Date of Request Project Name Contractor Number Contractor Contract Date

DESCRIPTION OF CHANGE (Write a description of scope and reasons for change):

BREAKDOWN OF ADDITIONAL CONTRACT COSTS FOR CHANGE ORDER REQUEST (Show details of materials, labor, equipment, subcontractors, overhead, and profit:

______Contractor Representative (Printed) Signature of Contractor Representative Date

Change Order Reviewed and Recommended By:

Designated GRDA Representative ______Date______

GRDA Procurement Administrator ______Date______

Responsible GRDA AGM ______Date______

Change Order Approved By:

GRDA General Manager ______Date ______

ATTEST:

(Seal) ______Date______Secretary

GRDA Board of Directors ______Date ______

- 2 -

- 3 - GRDA Pensacola Spillway Gate Rehabilitation Project Contract No. 41375 Burns & McDonnell Project No. 72293

DOCUMENT 000107 - INDEX AND CERTIFICATION PAGE

SPECIFICATION INDEX

DOCUMENT/ NUMBER DNISION DESCRIPTION OF PAGES Division 01 General Requirements 70 Division 02 Existing Conditions/Site Work 27 Division 09 Finishes 7

CERTIFICA TION(S)

6/b)GDlb Division 01 Division 02, Division 09

PSGROOO 107 .GRDA.DOCX 000107-1 DIVISION 01 - GENERAL REQUIREMENTS

SECTION 011100 - SUMMARY OF WORK

PART 1 - GENERAL

1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: Grand River Dam Authority (GRDA) is contracting for Work described in the Contract Documents. 1. Contract Identification: Pensacola Spillway Gate Rehabilitation Project (Contract No. 41375). 2. Work Site Location: Pensacola Dam, Main Spillway, in Langley, Oklahoma, East Spillway No. 1 and East Spillway No. 2 in Disney, Oklahoma. Note East Spillway No. 1 is more commonly referred to as the Middle Spillway and East Spillway No. 2 as the East Spillway. C. Engineer: The Contract Documents were prepared by Burns & McDonnell Engineering Company, Inc., 9400 Ward Parkway, Kansas City, Missouri 64114.

1.02 PROJECT DESCRIPTION: A. Contractor shall be responsible for furnishing all design, engineering, material, construction equipment and tools, labor, supervision, field verification, layout work, temporary storage, temporary dewatering, field offices (including equipment and supplies), construction supplies (including worker and safety supplies), consumables, scaffolding, weather protection as necessary during transit, Quality Control and any other incidental items or services necessary to perform all Work described herein. 1. Including water protection measures during paint removal. 2. Owner or Owner's consultant shall be provided access to contractor's scaffolding to inspect each of the 42 radial spillway Tainter gates following contractor's completion of paint removal for each Tainter gate. Owner will identify necessary steel repairs during these gate inspections. B. The major Work under this Contract includes, but is not limited to, the following items of which are listed for Contractor's convenience in understanding the scope of Work. All items are further detailed in and should be constructed in accordance with the Drawings and specifications: 1. Paint Removal and Coating in place of all steel structures that make up the 42 radial spillway (Tainter) gates, both upstream and downstream surfaces. These radial gates are distributed across three spillways. a. Main Spillway in Pensacola Dam - 21 gates (36 ft. W by 25 ft. H). b. East Spillway No. 1 (Middle Spillway) - 11 gates (37 ft. W by 15 ft. H). c. East Spillway No. 2 (East Spillway) - 10 gates (37 ft. W by 15 ft. H). 2. Repair all steel skin plates and other structural steel members per the Drawings. Provide a unit cost for skin plate repair and other common steel repairs as indicated for purposes of this bid. Owner's representative will inspect each gate prior to painting and indicate required steel repairs using colored spray paint or other means. a. As a result of these inspection activities, Owner may identify needed steel repairs that are not covered by the standard steel repair details and Contractor's unit prices. Should this occur, Owner may negotiate a change order with the Contractor for additional steel repair work.

PSGR011100.GRDA.DOCX 011100-1 SECTION 011100 - SUMMARY OF WORK: continued

3. Replace Tainter Gate Seals and associated hardware as indicated on drawing G001 including, but not limited to, the following: a. Replace existing flat strip seals on the sides of all the Tainter gates with L-type seals. b. Replace existing J-type Seals along the bottom of all the Tainter gates. c. Prior to installation, the new side and bottom seals shall be joined by seal manufacturer to form a single assembly using appropriate molded transition corners. C. Work shall be performed on a minimum of two gates at a time. Contractor may work on up to three gates simultaneously if desired. Work requiring unit outages shall be coordinated with Owner. 1. Owner will furnish and install the stop logs, during normal working hours, as necessary to aid the Contractor in developing a dry working condition for the cleaning, preparation, and painting of the gates. It is the Contractor's responsibility to create a dry area for his work by chinking and managing the flow/leakage past the stop logs. Owner will provide personnel to operate the existing gate hoists to raise and lower the gates to facilitate proper cleaning, preparation, and painting. 2. Owner has seven (7) stop log sections for one gate on the Main Spillway in Pensacola Dam and four (4) stop log sections for one gate on each of the Middle and East Spillways. The stop logs for the Middle and East Spillways are identical and may be used interchangeably on either of these two spillways. Owner is investigating the need to obtain a second set of stop logs for the Main Spillway, but no decisions have yet been made. 3. Work shall be performed simultaneously on two (2) adjacent spillway gates. However, as the Main and Middle Spillways both contain an odd number of gates, one of these gate pairs will consist of one Main Spillway gate and one Middle Spillway gate. Work on pairs of Main Spillway gates will be more restricted because of the existence of only one set of Main Spillway stop logs. Work on the downstream portions of these gates can proceed concurrently, but only one Main Spillway gate at a time can be fully dewatered to allow access to its upstream side. If Owner should obtain a second set of Main Spillway stop logs, this additional restriction would no longer apply. 4. There is a public access road across the top of each spillway, Oklahoma State Highway (SH) 28. The SH 28 bridges across the dam and spillways serve as vital transportation links in the project vicinity. Bridge traffic is highest during the summer when recreational use of the project reservoir (Grand Lake O' the Cherokees) is at its peak. Disruption of bridge traffic shall be minimized, both in frequency and duration. Lane closures will be prohibited around summer holidays and other peak traffic periods. Prior to utilizing the SH 28 bridges for work area access, a traffic control plan shall be prepared by the Contractor and approved by the Oklahoma Department of Transportation and Owner.

1.03 CONTRACTOR'S USE OF PREMISES: A. Limited Use: 1. Limit use of the premises for storage and execution of the Work to allow for Owner to maintain usage of all other spillway gates. Confine operations to areas around each pair of spillway gates. Portions of Site outside these areas shall not be disturbed. 2. Coordinate with Owner to avoid interference of operations. 3. Conduct operations so as to ensure the least inconvenience to Owner and public.

011100-2 PSGR011100.GRDA.DOCX SECTION 011100 - SUMMARY OF WORK: continued

1.04 OWNER'S USE OF PREMISES: A. Full Owner Occupancy: The Owner will occupy the Site and existing facilities during the entire construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner's operations. B. Partial Owner Occupancy: The Owner reserves the right to occupy partially completed work. Refer to Paragraph 1.06 of this Section for the Construction Emergency Action Plan.

1.05 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities. Contractor shall submit work plan for Owner's review prior to starting the Work. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owner's operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. C. The work sequence shall follow the general outline described below. All tasks to be completed by Contractor unless noted otherwise. 1. Contractor shall identify the first or next gates it wants to rehabilitate (two minimum and three maximum). 2. Owner will install stop logs in said gates and raise and lower these gates as needed to facilitate Contractor's work. The gate hoists shall be operated only by Owner's staff. Contractor shall schedule subsequent gate position adjustments with Owner, providing a minimum of one working days' advance notice. 3. Install desired seepage control measures necessary to provide a dry work environment. 4. Set scaffolding or staging necessary to provide access to the gates, remove hardware and seals, and perform initial cleaning of gates to bare metal (that is, removal of existing coatings and corrosion). 5. Allow Owner's representative access to the gates for purposes of conducting structural and condition assessments. Owner will identify any required skin plate or other material repairs. 6. Upon acceptance of material repairs by Owner, perform final surface preparation as indicated in SECTION 099000, including removal of residual or new corrosion using approved methods. 7. Apply new surface coatings to gates. 8. Install new seals and related hardware. 9. Upon Substantial Completion of each gate, Owner will inspect the gate and identify any defects noted. Once Contractor has corrected said defects and Owner has given final acceptance of the rehabilitation work on the gate, remove scaffolding and temporary seepage control measures so gate can be placed back in service. 10. Owner to remove stop logs. 11. Repeat sequence until all 42 radial gates have been rehabilitated. D. Scheduled Events: Coordinate specific Schedule of Work with Owner. Include "Notice to Proceed," "Substantial Completion" and "Final Completion." Schedule to conform to the following window: 1. Begin August 2016. 2. Complete August 2018.

PSGR011100.GRDA.DOCX 011100-3 SECTION 011100 - SUMMARY OF WORK: continued

1.06 CONSTRUCTION EMERGENCY ACTION PLAN: A. During periods of high precipitation, the Project's three spillways must remain available to make regulatory releases from the reservoir when necessary. Under certain circumstances, said releases may interfere with the Work. Contractor shall be prepared to stop work and take those emergency actions described in the Construction Emergency Action Plan, which is attached to this Section as Attachment 1.

1.07 MEASUREMENT AND PAYMENT: A. Measurement and payment for all Work specified in the Contract Documents shall be based on the “Unit and Task Price Schedule” that is included in the Agreement. B. Detailed descriptions of each pay item listed in the “Unit and Task Price Schedule” are included below: 1. Bid Item 1 – Mobilization and Demobilization: This bid item includes mobilization of all Contractor and subcontractor personnel, equipment, and temporary construction facilities to the site; obtaining security clearances for Contractor and subcontractor personnel; demobilization and site clean-up; providing temporary utility infrastructure; preparing and updating construction schedules; providing all insurance and bonds required to complete the Work; and all project-specific field and office overhead. a. The cost of all Work specified in Division 1 - General Requirements, unless specifically covered in other bid items, shall be included in the lump sum price for Mobilization and Demobilization. b. Mobilization and Demobilization is a lump-sum bid item and will not be measured. Payment for this bid item shall be made according to the following schedule based on the lump-sum price listed for this bid item in the Unit and Task Price Schedule: seventy-five percent (75%) with the first progress payment for mobilization and twenty-five percent (25%) with the final progress payment for demobilization. c. The first progress payment for the mobilization portion of this bid item shall not be payable to Contractor until the following conditions are met: (1) Delivery to Owner of all required preconstruction submittals. (2) Delivery to Owner and Owner's approval of the baseline construction schedule submittal. (3) Delivery of Schedule of Values submittals for lump sum items. (4) Initial delivery of equipment and material to site. d. The lump sum bid price for Mobilization and Demobilization shall be limited to a maximum of fifteen percent (15%) of the Total Bid Price as shown in the Unit and Task Price Schedule. 2. Bid Item 2 – Temporary Demobilization and Remobilization for Extreme Flood Event: For an extreme flood event or other emergency, Owner may be required to utilize all of the gates at the Pensacola Project to safely pass these floodwaters. If Owner should direct Contractor to suspend all work under this contract and prepare all gates for an immediate return to service, then Contractor shall be eligible for payment under this bid item. a. This bid item shall include the following: (1) Suspension of Contractor's work on any active gates currently being rehabilitated. (2) Compensation for forced idle time by or temporary demobilization of Contractor's personnel. (3) Reinstallation of the seals on these gates. Contractor may reinstall the old seals and hardware on the gates for these temporary work stoppages if these

011100-4 PSGR011100.GRDA.DOCX SECTION 011100 - SUMMARY OF WORK: continued

old seals are still in serviceable condition. Otherwise, the new replacement seals and hardware shall be used. (4) Removal of temporary seepage control measures. (5) Removal of any temporary measures for containment of paint debris and other potential contaminants. (6) Removal of temporary scaffolding or staging and tools. (7) Removal of any tools or materials stored on the gate hoist bridges. (8) Reversal of items (3)-(7) above and continuation of the work on the affected gates once the flood event has passed and Owner gives Contractor clearance to resume the Work. b. During a temporary demobilization, Contractor shall not be required to remove from the site or temporarily relocate any material or equipment that does not interfere with operation of the spillway gates and is not in a flood-prone area. c. The duration of a work suspension caused by an extreme flood or other emergency cannot be accurately predicted, but typically would be less than three weeks. Once the flood or other emergency has passed, Owner will reinstall the stop logs in the gates that Contractor was working on and give Contractor clearance to remobilize and proceed with the Work. d. Contractor shall be eligible for payment under this bid item each time Owner directs Contractor to suspend work and temporarily demobilize. Full payment (less required retainage) will be made in the amount shown in the Unit and Task Price Schedule with the first progress payment after Contractor is authorized to resume work and completes its remobilization. 3. Bid Item 3 – Temporary Work Stoppages for High Reservoir Level Event: The stop logs available for each spillway are estimated to be approximately ten (10) inches shorter than the corresponding gates. With reservoir water levels above elevation 754 feet Pensacola datum, water may begin to splash or cascade over the tops of the installed stop logs and interfere with Contractor’s gate rehabilitation work (see Attachment 1 to this specification section). Should this occur, Contractor shall be eligible for payment under this bid item for Temporary Work Stoppages. a. This bid item includes the following: (1) Compensation for forced idle time by Contractor's personnel. (2) Removal of temporary barriers and fixtures that may be damaged by water that flows over the top of the stop logs. (3) Later reinstallation of these temporary barriers and fixtures so that Contractor can resume its work. b. Unlike for Bid Item 2, the affected gates need not be returned to active service and the stop logs will remain in place. Therefore, Contractor will not be required to reinstall the gate seals and clear all fixtures from the gates' water passages. c. Measurement for payment under this bid item shall be a count of the number of normal workdays that Contractor's work is suspended during a high reservoir level event (that is, whenever the reservoir's pool elevation exceeds 754 feet PD). Workdays lost for other reasons, such as normal weather delays, will not be counted under this bid item. Also, payment shall not be made for days when high reservoir levels occur on weekends or holidays unless said days are included in Contractor's normal work schedule, which must be approved in advance by Owner. Full payment (less required retainage) will be made with the first progress payment after the work suspension ends. The payment amount will

PSGR011100.GRDA.DOCX 011100-5 SECTION 011100 - SUMMARY OF WORK: continued

be based on the number of workdays that work was suspended times the unit price shown in the Unit and Task Price Schedule. 4. Bid Item 4 – Main Spillway Gate, Surface Preparation and Recoating: This bid item is for surface preparation and recoating of a Main Spillway gate. a. This bid item includes: (1) Erection of temporary scaffolding or staging necessary for gate access. (2) Installation of temporary seepage and fugitive dust and debris control measures. (3) Removal of existing gate seals and hardware. (4) Removal of existing gate coatings and corrosion down to bare metal (note existing coatings contain small concentrations of lead and other contaminants). (5) After inspection by Owner and required steel repairs (covered under other pay items), final surface preparation, including removal of corrosion. (6) Application of new surface coatings to gate. (7) Subsequent removal of temporary seepage and debris control measures and scaffolding once the rehabilitation work on the gate is complete. (8) Proper disposal of waste products and debris from the gate surface preparation and recoating process. b. Any required metal repairs and installation of new gate seals and hardware for a Main Spillway gate are included under other bid items. c. Measurement for payment for the Surface Preparation and Recoating of a Main Spillway Gate will be based on the number of gates completed and accepted by Owner. Full payment (less required retainage) will be made in the amount shown in the Unit and Task Price Schedule in the first progress payment after completion of each Main Spillway gate. 5. Bid Item 5 – Middle Spillway Gate, Surface Preparation and Recoating: This bid item is for surface preparation and recoating of a Middle Spillway gate. a. This bid item includes: (1) Erection of temporary scaffolding or staging necessary for gate access. (2) Installation of temporary seepage and fugitive dust and debris control measures. (3) Removal of existing gate seals and hardware. (4) Removal of existing gate coatings and corrosion down to bare metal (note existing coatings contain small concentrations of lead and other contaminants). (5) After inspection by Owner and required steel repairs (covered under other pay items), final surface preparation, including removal of corrosion. (6) Application of new surface coatings to gate. (7) Subsequent removal of temporary seepage and debris control measures and scaffolding once the rehabilitation work on the gate is complete. (8) Proper disposal of waste products and debris from the gate surface preparation and recoating process. b. Any required metal repairs and installation of new gate seals and hardware for a Middle Spillway gate are included under other bid items. c. Measurement for payment for the Surface Preparation and Recoating of a Middle Spillway Gate will be based on the number of gates completed and accepted by Owner. Full payment (less required retainage) will be made in the

011100-6 PSGR011100.GRDA.DOCX SECTION 011100 - SUMMARY OF WORK: continued

amount shown in the Unit and Task Price Schedule in the first progress payment after completion of each Middle Spillway gate. 6. Bid Item 6 – East Spillway Gate, Surface Preparation and Recoating: This bid item is for surface preparation and recoating of an East Spillway gate. a. This bid item includes: (1) Erection of temporary scaffolding or staging necessary for gate access. (2) Installation of temporary seepage and fugitive dust and debris control measures. (3) Removal of existing gate seals and hardware. (4) Removal of existing gate coatings and corrosion down to bare metal (note existing coatings contain small concentrations of lead and other contaminants). (5) After inspection by Owner and required steel repairs (covered under other pay items), final surface preparation, including removal of corrosion. (6) Application of new surface coatings to gate. (7) Subsequent removal of temporary seepage and debris control measures and scaffolding once the rehabilitation work on the gate is complete. (8) Proper disposal of waste products and debris from the gate surface preparation and recoating process. b. Any required metal repairs and installation of new gate seals and hardware for an East Spillway gate are included under other bid items. c. Measurement for payment for the Surface Preparation and Recoating of an East Spillway Gate will be based on the number of gates completed and accepted by Owner. Full payment (less required retainage) will be made in the amount shown in the Unit and Task Price Schedule in the first progress payment after completion of each East Spillway gate. 7. Bid Item 7 – Repair Skin Plate, Pit Welding: This bid item is for repair of minor corrosion damage — pits and small holes (pinholes) — in the skin plate of any Main, Middle or East Spillway gate. a. This bid item includes: (1) Grinding or other surface preparation necessary to prepare the surface for welding. (2) Filling the pit or small hole with weld metal. (3) Clean up and surface grinding of the completed weld to yield a relatively smooth surface. b. Owner or Engineer will identify the skin plate pits or pinholes that require repair during the structural assessment. Measurement for payment under this bid item shall be made by counting the number of pits or small holes repaired in each spillway gate. Full payment (less require retainage) for the skin plate pit and pinhole repairs on a gate will be made with the first progress payment after completion of those repairs and acceptance of the repairs by Owner. The payment amount shall be calculated as the number of repair locations times the unit price shown in the Unit and Task Price Schedule for this bid item. 8. Bid Item 8 – Skin Plate Replacement: This bid item is for replacement of skin plate on any Main, Middle or East Spillway gate. Sections of skin plate will be replaced where holes are too large or numerous to be filled with weld metal as described for Bid Item 7. a. This bid item includes: (1) Removal of damaged skin plate.

PSGR011100.GRDA.DOCX 011100-7 SECTION 011100 - SUMMARY OF WORK: continued

(2) Furnishing new skin plate to replace the damaged sections and cutting it to size to form a patch. (3) Preparation of the edges of the hole and patch for welding. (4) Welding the skin plate patch into place. (5) Clean up and surface grinding of the completed joints to yield a relatively smooth surface. b. Owner or Engineer will identify the sections of skin plate that require replacement during the structural assessment. For payment under this bid item, Contractor shall measure the area of each skin plate patch and total these patch areas for each gate. Full payment for the skin plate replacement on a gate (less required retainage) will be made with the first progress payment after completion of those repairs and acceptance of the repairs and Contractor’s measurements by Owner. The payment amount shall be calculated as the total skin plate patch area (in square feet, rounded up to the next integer) times the unit price shown in the Unit and Task Price Schedule for this bid item. 9. Bid Item 9 – Main Spillway Gate, Sill Replacement: This bid item is for replacement of sections of Main Spillway gate sill. The sills of these gates are formed by lengths of structural steel channels that may need replacement if severely corroded. a. This bid item includes: (1) Removal of damaged sill. (2) Furnishing new structural channel to replace the damaged sections and cutting this material to size. (3) Preparation of joint surfaces for welding. (4) Welding the new sill material into place. (5) Clean up and surface grinding of the completed joints to yield a relatively smooth surface. b. Owner or Engineer will identify the sections of Main Gate sill that require replacement during the structural assessment. For payment under this bid item, Contractor shall measure the length of each sill replacement section and total these sill lengths for each gate. Full payment for the sill replacement on a Main Spillway gate (less required retainage) will be made with the first progress payment after completion of those repairs and acceptance of the repairs and Contractor’s measurements by Owner. The payment amount shall be calculated as the total length of replacement sill (in feet, rounded up to the next integer) times the unit price shown in the Unit and Task Price Schedule for this bid item. 10. Bid Item 10 – East or Middle Spillway Gate, Sill Replacement: This bid item is for replacement of sections of East or Middle Spillway gate sill. The sills of these gates are formed by lengths of structural steel wide flange (W33) beams, portions of which may need replacement if severely corroded. a. This bid item includes: (1) Removal of the skin plate that covers the flange of the damaged sill section. (2) Removal of the lower half of the W33 flange along the damaged sill section. (3) Furnishing new structural steel plate and cutting it to size to replace the W33 flange sections removed. (4) Preparation of flange joint surfaces for welding. (5) Welding the new plate (replacement flange) into place.

011100-8 PSGR011100.GRDA.DOCX SECTION 011100 - SUMMARY OF WORK: continued

(6) Clean up and surface grinding of the completed joints of the replacement flange section. (7) Furnish new skin plate material and cut to size to replace the section removed along W33 flange. (8) Preparation of skin plate joint surfaces for welding. (9) Welding of the replacement skin plate. (10) Clean up and grinding of completed skin plate joints. b. The cost for skin plate replacements associated with this gate sill replacement work shall be included in this bid item. The area of this new skin plate shall not added to any areas claimed under Bid Item 8. c. Owner or Engineer will identify the sections of East or Middle Spillway gate sill that require replacement during the structural assessment. For payment under this bid item, Contractor shall measure the length of each sill replacement section and total these sill lengths for each gate. Full payment for the sill replacement on an East or Middle Spillway gate (less required retainage) will be made with the first progress payment after completion of those repairs and acceptance of the repairs and Contractor’s measurements by Owner. The payment amount shall be calculated as the total length of replacement sill (in feet, rounded up to the next integer) times the unit price shown in the Unit and Task Price Schedule for this bid item. 11. Bid Item 11 – Main Spillway Gate, Furnish and Install New Gate Seals and Hardware: This bid item is for replacement of the seals on a Main Spillway gate. a. This bid item includes furnishing and installing new gate seals and hardware as specified in the contract documents. b. Measurement for payment under this bid item will be based on the number of gate seal sets that have been installed on Main Spillway gates. Full payment (less required retainage) will be made in the amount specified in the Unit and Task Price Schedule for each gate completed with the first progress payment after the new gate seals are installed and this work is accepted by Owner. 12. Bid Item 12 – Middle Spillway Gate, Furnish and Install New Gate Seals and Hardware: This bid item is for replacement of the seals on a Middle Spillway gate. a. This bid item includes furnishing and installing new gate seals and hardware as specified in the contract documents. b. Measurement for payment under this bid item will be based on the number of gate seal sets that have been installed on Middle Spillway gates. Full payment (less required retainage) will be made in the amount specified in the Unit and Task Price Schedule for each gate completed with the first progress payment after the new gate seals are installed and this work is accepted by Owner. 13. Bid Item 13 – East Spillway Gate, Furnish and Install New Gate Seals and Hardware: This bid item is for replacement of the seals on an East Spillway gate. a. This bid item includes furnishing and installing new gate seals and hardware as specified in the contract documents. b. Measurement for payment under this bid item will be based on the number of gate seal sets that have been installed on East Spillway gates. Full payment (less required retainage) will be made in the amount specified in the Unit and Task Price Schedule for each gate completed with the first progress payment after the new gate seals are installed and this work is accepted by Owner. 14. Bid Item 14 – Paint Gate Markers: This bid item is for painting gate markers on the downstream side of each Main, Middle and East Spillway gate.

PSGR011100.GRDA.DOCX 011100-9 SECTION 011100 - SUMMARY OF WORK: continued

a. This bid item includes: (1) Cleaning or other required preparation of the surface where the gate markers are to be located. (2) Painting of the marker background and stenciled gate number at each gate. b. Measurement for payment will be based on the number of gate markers completed and accepted by Owner. Payment will be made at the unit price for each gate marker shown in the Unit and Task Price Schedule. 15. Bid Item 15 – Main Spillway Gate, Surface Preparation and Recoating, Deduct for Second Set of Stop Logs: This bid item shall apply only if Owner obtains a second set of Main Spillway stop logs for use during the Pensacola Spillway Gate Rehabilitation Project. a. Because it is unknown at this time if Owner will obtain this second stop log set, the potential cost savings that may be realized is included as an alternate bid item. With two sets of stop logs for the Main Spillway, Contractor will be able to completely dewater two Main Spillway gates simultaneously and have concurrent, unrestricted access to both the upstream and downstream sides of these gates. This condition is expected to increase Contractor’s flexibility in performing the Work, thereby resulting in more efficient operations. This increased efficiency should also reduce the total project duration by several months and decrease Contractor’s project-specific field and office overhead costs. b. Measurement for the credits that would accrue under this alternate bid item shall be the same as for Bid Item 4. These credits or deductions would be in the amount listed in the Unit and Task Price Schedule and would reduce the payments due Contractor under Bid Item 4 for each completed Main Spillway gate.

PART 2 - PRODUCTS - NOT APPLICABLE.

PART 3 - EXECUTION - NOT APPLICABLE.

END OF SECTION 011100

011100-10 PSGR011100.GRDA.DOCX

Attachment 1 to SECTION 011100 Construction Emergency Action Plan

for the

Grand River Dam Authority Pensacola Spillway Gate Rehabilitation Project (GRDA Contract No. 41375)

Pensacola Spillway Gate Rehabilitation 1 Construction Emergency Action Plan (Contract No. 41375) This document includes background information about project facilities and historical spillway gate operations, and describes emergency procedures that apply to the Spillway Gate Rehabilitation Project at the Grand River Dam Authority’s (GRDA) Pensacola Project.

PERTINENT FEATURES OF THE PENSACOLA PROJECT The pertinent features of the Pensacola Project are described below. These facilities include the project’s spillways and other principal structures, data on historical reservoir levels and discharges, and information on potential extreme floods.

Principal Structures The principal structures of the Pensacola Project are located in or near the Towns of Langley and Disney in northeastern Mayes County, Oklahoma. These structures include Pensacola Dam and Powerhouse, East Spillway No. 1 (Middle Spillway), and East Spillway No. 2 (East Spillway).1 State Highway 28 runs across the tops of the dam and auxiliary spillways. Together, these three water impounding structures form the Project’s reservoir, the Grand Lake O’ the Cherokees (Grand Lake). From Pensacola Dam, Grand Lake extends upstream, generally in a northeasterly direction, into Delaware, Ottawa and Craig counties.

Regulatory releases from Grand Lake are made first through the project’s six hydropower units when they are available. The hydraulic capacity of each unit will vary somewhat depending on current conditions, but typically ranges between about 1900 and 2200 cubic feet per second (cfs), or up to approximately 13,000 cfs total with all six units operating. When higher release rates are needed, additional water is released through one or more of the project’s three gated spillways. These spillways are described below.

 Main Spillway: The Main Spillway is an integral part of Pensacola Dam. It contains 21 radial (Tainter) gates that are nominally 36 feet wide by 25 feet high.

 Middle Spillway: The Middle Spillway is located about 0.9 mile east of Pensacola Dam and has 11 radial gates that are nominally 37 feet wide by 15 feet high.

 East Spillway: The East Spillway is located just east of the Middle Spillway. The 10 radial gates in the East Spillway are the same size as those of the Middle Spillway (37 feet wide by 15 feet high).

The spillway gates are raised and lowered by travelling gate hoists. There are two such hoists on the Main Spillway and one hoist on each of the two auxiliary spillways. The gate hoists run along rails that are supported by bridge structures located along the upstream sides of each spillway, adjacent to the corresponding State Highway 28 bridge structures. Each hoist contains motor-driven chain drums that are used to lift and lower the gates.

1 The Middle and East spillways are referred to collectively as the auxiliary spillways.

Pensacola Spillway Gate Rehabilitation 2 Construction Emergency Action Plan (Contract No. 41375) Grand Lake Pool Levels and Discharge The normal or target operating level of Grand Lake varies seasonally between elevations 741 and 744 feet Pensacola datum (PD), 2 as shown in Figure 1. These variable target levels, also referred to as the lake’s rule curve, are mandated by the Project’s operating license from the Federal Energy Regulatory Commission (FERC). In 2015, GRDA requested a variance from the FERC, which was subsequently granted, that allowed it to maintain higher pool elevations in Grand Lake in the late summer and early fall (see dashed line in Figure 1). GRDA plans to apply for a license amendment in 2016 that will permanently modify the Project’s rule curve to match this variance, but it is unknown if or when this license amendment may be approved.

Figure 1: Grand Lake Target Pool Elevations

The flood control pool in Grand Lake consists of the volume of water stored in the lake between elevations 745 and 755 feet PD. This flood control pool is managed by the U.S. Army Corps of Engineers (USACE). During significant precipitation and high runoff events, USACE can elect to temporarily store floodwaters within the lake’s flood control pool to lessen the potential for flooding downstream. Once these storms have passed, the water stored in the lake’s flood control pool is released gradually to bring the pool elevation back down to the current target level. USACE decides when to make these regulatory releases and the release rate. GRDA staff will operate the spillway gates, but it is USACE that decides when these gates should be opened, how many to open, how long they should remain open.

GRDA staff has maintained records of hourly Grand Lake pool elevations since January 1995. Figure 2 is a plot of maximum daily pool elevations in Grand Lake that were derived from these historical hourly readings. This graph clearly shows the influence of the lake’s rule curve. In relatively low-flow years (for

2 All elevations cited in this document are relative to a local elevation datum — the Pensacola datum (PD) — that was established for construction of the Pensacola Project. This Pensacola datum is located 1.07 feet higher than the National Geodetic Vertical Datum of 1929 (NGVD) and approximately 1.47 feet above the North American Vertical Datum of 1988 (NAVD). Therefore, Pensacola datum elevations can be converted to NGVD or NAVD by adding 1.07 or 1.47 feet, respectively.

Pensacola Spillway Gate Rehabilitation 3 Construction Emergency Action Plan (Contract No. 41375) Figure 2: Peak Daily Grand Lake Pool Elevations

example 2014), pool elevations closely match the rule curve throughout the entire year. Wet periods are indicated by spikes in the lake’s pool elevation (that is, levels above 745 feet PD) when USACE may elect to utilize the storage in the lake’s flood control pool.

Another way to look at pool elevations is by constructing a stage duration curve, which shows pool elevations (stages) arranged high to low and plotted versus the percent of time they occur. Figure 3 is a combined graph that shows both stage and discharge durations for Grand Lake. Review of this graph shows pool elevations have ranged from just under 741 feet to nearly 755 feet over the last 21 years, but levels above target elevations (greater than 744 feet) are much less common.

Figure 3: Grand Lake Pool Elevation and Discharge Durations

As stated previously, GRDA’s preference is to make lake discharges through the hydropower units when possible so this water can be used to generate electricity. In total, the hydraulic capacity of these six units is approximately13,000 cfs. The discharge duration curve in Figure 3 shows this discharge rate is exceeded about 15 percent of the time. When lake discharges exceed this rate, these additional releases must occur through the Project’s spillways. By inference, this observation implies that the spillways are used about 15 percent of the time also.

Pensacola Spillway Gate Rehabilitation 5 Construction Emergency Action Plan (Contract No. 41375) Table 1 is a compilation of statistics derived from GRDA’s records of spillway gate operations for the three Pensacola Project spillways since January 1997 (1/1/1997–12/31/2015, or 19 years).3 GRDA has at times had all 10 gates in the East Spillway open at once during this period and up to 10 of the 11 gates in the Middle Spillway open. However, these are rare events, occurring on only 7 and 11 days, respectively. Although there are 21 gates in the Main Spillway, GRDA has never used more than nine at once during the same 19-year period.

Table 1: Pensacola Project Spillway Gate Operating Statistics (1997–2015)1 Main Spillway Middle Spillway East Spillway Number of Gates Open Number Percent Number Percent Number Percent of Days2 of Time of Days2 of Time of Days2 of Time 0 6709 96.69 6234 89.84 5876 84.68 1 125 1.80 101 1.46 300 4.32 2 63 0.91 121 1.74 284 4.07 3 20 0.29 131 1.89 237 3.42 4 17 0.24 122 1.76 108 1.56 5 2 0.03 90 1.30 80 1.15 6 0 0.00 72 1.04 26 0.37 7 1 0.01 18 J0.26 16 0.23 8 1 0.01 10 0.14 4 0.06 9 1 0.01 29 0.42 1 0.01 10 0 0.00 11 0.16 7 0.10 11 0 0.00 0 0.00 ------12-21 0 0.00 ------Totals 6939 100.00 6932 100.00 6939 100.00 1. Period of record: 1/1/1997–12/31/2015. 2. Count includes days when gate was open for any portion of the day, except when gate was opened only briefly for testing purposes.

Figure 4 is a graph that shows the percent of time “x” or more gates are open for each spillway, so it is similar to a duration curve. The percentages plotted for a single gate open are thereby equivalent to the times there was any discharge from the respective spillway. Review of this figure shows the East Spillway gates are used the most (or kept open longer) than those of the other two spillways. The Main Spillway gates are used least of all. The over 15 percent of time that an East Spillway gate was open corresponds with estimates on spillway usage made earlier from review of Figure 3.

3 These statistics do not count times when gates were opened briefly for testing purposes only. FERC regulations require that every spillway gate be opened at least one foot every year and fully opened once every five years to verify they are in working condition.

Pensacola Spillway Gate Rehabilitation 6 Construction Emergency Action Plan (Contract No. 41375) Figure 4: Durations for Pensacola Spillway Operation

Extreme Discharge Events The historical pool elevation and discharge data used to create Figures 2 and 3 cover a period of 21 years (1/1/1995–12/31/2015). During this period, the highest mean daily discharge from Grand Lake was 224,800 cfs, which was recorded on December 29, 2015. Flood frequency analyses estimate the annual probability of a similar peak discharge at approximately 2 percent per year, which is equivalent to an average recurrence interval of 50 years. This discharge was passed by opening nine of the Main Spillway gates and nine of the Middle and East Spillway gates.

However, much higher discharges are possible at Grand Lake. The highest lake discharge that has occurred during the 75-year life of the Pensacola Project was 303,200 cfs on May 20, 1943. This discharge is estimated to have an annual probability of 1 percent, or a recurrence interval of 100 years. There are no surviving records from 1943 that tell how many gates were opened to pass this discharge, but it is estimated this discharge could be released by opening about two dozen gates, 12 each of the larger Main Spillway and smaller auxiliary spillway gates.

The probable maximum flood (PMF) event at the Pensacola Project is estimated to have a peak lake inflow of about 665,000 cfs and a peak discharge of approximately 597,000 cfs. Note that the estimated peak PMF discharge is roughly double the Project’s highest discharge recorded to date. A PMF is theoretically the largest flood event that may occur at a stream location given an alignment of worst-case meteorological and hydrological conditions. There is no practicable method to assign a probability to the occurrence of a PMF, but it would be extremely rare and have a mean recurrence interval of thousands of

Pensacola Spillway Gate Rehabilitation 7 Construction Emergency Action Plan (Contract No. 41375) years. Should a PMF or similar extreme flood occur, it may be necessary to open all 42 of the project’s spillway gates to safely pass this extreme discharge.

The Grand Lake watershed covers more than 10,000 square miles in portions of four states: Oklahoma, Kansas, Missouri and Arkansas. Precipitation within this watershed is continuously monitored from the National Weather Service’s River Forecast Center (RFC) in Tulsa. Using estimates of both observed and forecasted precipitation, the RFC staff makes regular forecasts of streamflow within the Grand Lake watershed. USACE will then use these projected flows to estimate their impact on Grand Lake, and other reservoirs within the upper Arkansas River basin, and then make decisions on necessary regulatory releases from these reservoirs. As a result, it is very unlikely that an extreme flood should occur above Grand Lake without advance warning. Even for an extreme PMF event, it is estimated that the peak inflow to Grand Lake will not occur until about 2.5 days after the start of this massive rainfall event.

Spillway Gate Maintenance During maintenance, the spillway gates may be taken out of service by installation of stop logs (bulkhead gates). These stop logs fit into slots formed in the spillway piers on the upstream side of each gate. When installed, they block the flow of water so the gate behind the stop logs can be raised for maintenance. These stop logs are made up of multiple sections to facilitate handling. The Main Spillway stop logs consist of seven (7) sections and the Middle and East Spillway stop logs of four (4) sections each. Currently, there is only one complete stop log assembly available at each of the three spillways.4 GRDA is considering acquisition of a second set of stop logs for the Main Spillway, but no final decision has yet been made or potential delivery date known. The stop logs are largely effective in blocking the potential flow through an open gate, but some minor water leakage under, around or between the stop log sections should be expected. Also, the rate of this leakage will increase above base rates when pool elevations are above target levels.

As originally constructed, each stop log assembly had the same height as their respective gates (that is, 25 feet for the Main Spillway stop logs and 15 feet for the auxiliary spillway stop logs). However, one section in each of the original stop log assemblies included a wooden beam. These wooden beams deteriorated with time and have since been removed. As a result, the stop log assemblies are now about 10 inches (plus or minus) shorter than their respective gates. Therefore, when the Grand Lake pool elevation (or base pool elevation plus wave crests) exceeds about 754.17 feet (plus or minus), some water may spill or splash over the tops of the stop logs and interfere with gate maintenance activities.

While infrequent, pool elevations over 754 feet do occur occasionally because the top of the lake’s flood control pool extends up to elevation 755 feet. Review of Figure 2 shows the water level in Grand Lake has exceeded 754 feet four times since January 1995, a period of about 21.1 years. The specific dates when this occurred and the corresponding peak reservoir levels are listed in Table 2. The stage duration curve in Figure 3 shows pool elevations above 754 feet have occurred about 0.2 percent of the time.

4 The gates of the Middle and East spillways are identical so their stop log assemblies are also interchangeable. Therefore, a set of these stop logs could be relocated to the other auxiliary spillway so work can be done on two Middle Spillway or two East Spillway gates simultaneously.

Pensacola Spillway Gate Rehabilitation 8 Construction Emergency Action Plan (Contract No. 41375) Table 2: Periods with Grand Lake Elevation above 754 Feet (1995-2015) Date Range Period Length (days) Peak Pool Elevation (feet PD) 06/11/1995 – 06/17/1995 7 754.99 07/06/2007 – 07/09/2007 4 754.53 05/29/2015 – 06/01/2015 4 754.97 12/28/2015 – 12/31/2015 4 754.95

CONTRACT NO. 41375 WORK SUMMARY This contract covers rehabilitation of all forty-two (42) spillway gates at the Pensacola Project: twenty- one (21) at the Main Spillway, eleven (11) at the Middle Spillway, and ten (10) at the East Spillway. This work shall include the following:

 Surface preparation and repainting both sides of all gates  Repairs to the steel skin plates and other structural steel members of the gates, when necessary and as directed by GRDA  Replacement of the bottom and side seals on all gates with new seals and related hardware.

Contractor will be required to work on a minimum of two gates and a maximum of three gates simultaneously. The locations of these gates will be at Contractor’s discretion, but are restricted by the number of available sets of stop logs — currently one set for the Main Spillway and two sets for the auxiliary spillways. If GRDA should obtain a second set of stop logs for the Main Spillway, this would open up additional options.

The general work sequence for rehabilitation of the spillway gates shall be as described in the Project’s specifications (Section 011100, paragraph 1.05). For convenience, this work sequence is summarized below. As Contractor will be required to work on a minimum of two gates simultaneously, the work sequences on these gates may be offset if desired to allow Contractor to make efficient use of personnel and equipment.

1. Contractor will identify the next gates to be rehabilitated and give GRDA advance notice of when it intends to begin work on these gates. GRDA staff will then install the stop logs in these gates and raise each gate to the height desired by Contractor.

2. Contractor will install any seepage control measures it deems necessary and the scaffolding required to access the gates.

3. Contractor will then remove the existing seals and related hardware, and perform initial surface cleaning required to strip the gates to bare metal.

Pensacola Spillway Gate Rehabilitation 9 Construction Emergency Action Plan (Contract No. 41375) 4. Contractor will allow GRDA staff access to its temporary scaffolding to conduct a structural assessment of the gate. From this assessment, GRDA will identify required skin plate and other steel repairs.

5. Contractor will remove corrosion and make steel repairs identified by GRDA.

6. Upon acceptance of steel repairs by GRDA, Contractor will perform final surface preparation and apply specified new coatings to both upstream and downstream gate surfaces.

7. Contractor will then install new gate seals and related hardware.

8. Upon final acceptance of the rehabilitation work for the gate, remove scaffolding and seepage control measures.

9. Finally, GRDA staff will remove the stop logs and return the gate back to active service.

EMERGENCY ACTION PLAN GRDA will make USACE aware of the Spillway Gate Rehabilitation project and keep USACE apprised of Contractor’s progress. During the execution of this project, GRDA will encourage USACE to regulate lake levels and make regulatory releases through the spillways in a manner that minimizes impacts to Contractor’s work. However, all final decisions rest solely with USACE staff. Regardless, certain extreme events may occur that could impact Contractor’s work. These events are described below along with the actions that Contractor must take when they do occur.

High Lake Levels Because the stop log assemblies are a few inches shorter than their respective gates, some overtopping of the stop logs may occur with Grand Lake levels above elevation 754 feet PD. GRDA will keep Contractor informed of projected peak reservoir levels and timing information that it receives from USACE, but generally Contractor can expect forty-eight (48) hours advance notice before water levels may reach a height where water will begin to spill over the top of the stop logs and thereby interrupt Contractor’s work.

Depending on the projected peak water level, this spillage over the stop logs could vary from a peak rate of a few hundred gallons per minute up to about 100 cfs. With larger flow rates, this spillage may have the potential to dislodge or damage any of Contractor’s tools and equipment that are left within the water’s path. If Contractor elects to leave any equipment in place during a high lake level event, it will do so at Contractor’s own risk.

Clearing Gate Hoist Bridges The highway bridges across Pensacola Dam and the two auxiliary spillways serve as vital transportation links in the Project’s vicinity. For this reason, any temporary lane closures that Contractor may require to

Pensacola Spillway Gate Rehabilitation 10 Construction Emergency Action Plan (Contract No. 41375) bring in or relocate equipment and supplies must be kept to a minimum, both in frequency and duration.5 If Contractor needs a location near each active work area to temporarily stage equipment and supplies, it may use the gate hoist bridges for this purpose.6 However, said equipment and supplies will interfere with movement of the gate hoist(s) across the respective spillways and thereby could prevent GRDA from operating all of the remaining in-service gates. If a significant inflow event should occur during the gate rehabilitation project and GRDA needs to operate these blocked gates, Contractor will be required to remove any equipment and material it has stored on the affected gate hoist bridges. Contractor will be required to comply with this request within twelve (12) hours of receiving notice from GRDA.

Extreme Flood Event A PMF or other extreme flood event may require GRDA to open all forty-two (42) of the spillway gates at the Pensacola Project to safely pass these floodwaters. If GRDA should notify Contractor that such an event may occur or is occurring, Contractor shall immediately cease all work and return the gates that Contractor is currently rehabilitating back to active service. This would require that Contractor reinstall the gate seals (old or new), and remove any scaffolding and other equipment. GRDA staff will then remove the stop logs in these gates so they are ready for service.

Once the flood emergency has passed, GRDA will reinstall the stop logs in the affected gates and turn them back over to Contractor to complete its rehabilitation work.

5 Also, any such temporary lane closures will only be allowed with prior approval from the Oklahoma Department of Transportation and GRDA. 6 The type and weight of said equipment and supplies must be described in Contractor’s work plan and be approved in advance by GRDA before these items may be placed on the gate hoist bridges.

Pensacola Spillway Gate Rehabilitation 11 Construction Emergency Action Plan (Contract No. 41375) SECTION 012500 - SUBSTITUTIONS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. Related Work Specified Elsewhere: 1. Requirements for submitting Contractor's construction progress schedule and the Submittal schedule: SECTIONS 013200 and 013300. 2. SECTION 016000 for requirements governing Contractor's selection of products.

1.02 DEFINITIONS: A. Definitions in this Article do not change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Changes in products, Materials, Equipment, and methods of construction required by the Contract Documents proposed by the Contractor after award of the Contract are considered to be requests for substitutions. The following are not considered to be requests for substitutions: 1. Revisions to the Contract Documents requested by Owner or Engineer. 2. Specified options of products and construction methods included in the Contract Documents. 3. Substitutions requested during the bidding period, and accepted by Addendum prior to award of the Contract, are included in the Contract Documents and are not subject to requirements specified in this Section for substitutions.

1.03 SUBMITTALS: A. Substitution Request Submittal: Engineer will consider written requests for substitution if received within 60 days after commencement of the Work. Requests received more than 60 days after commencement of the Work may be considered or rejected at the discretion of Engineer. 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and according to procedures required for Change Order proposals. Requests for substitution shall not be submitted in the form of a Request for Information (RFI). 2. Identify the Equipment or Material, the fabrication, or installation method to be replaced in each request. Include related Specification Section/Article and Drawing numbers. 3. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Statement indicating why specified product or method of construction cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, which will be necessary to accommodate the proposed substitution. c. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Identification of available sales, maintenance, repair, and replacement services.

PSGR012500.GRDA.DOCX 012500-1 SECTION 012500 - SUBSTITUTIONS: continued

g. A statement indicating the effect of the substitution on Contractor's construction progress schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on the overall Contract Times. If specified product cannot be provided within the Contract Times, provide letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delay in delivery. h. An itemized estimate of costs that will result directly or indirectly from approval of the substitution, including: (1) A proposal of the net change, if any, in the Contract Price. (2) Costs of redesign required by the proposed change. (3) Costs of resulting claims as determined in coordination with other contractors having work on the Project affected by the substitution. i. Statement indicating whether or not incorporation or use of the substitute is subject to payment of any license fee or royalty. j. Contractor's certification that the proposed substitution conforms to requirements in the Contract Documents, will perform adequately the functions and achieve the results called for by the general design, is similar in substance to that specified, and is suitable for same use as that indicated and specified. k. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. 4. Engineer’s Action: If necessary, Engineer will request additional information or documentation for evaluation within one week of receipt of a request for substitution. Engineer will notify Contractor of acceptance or rejection of the substitution within 2 weeks of receipt of the request, or one week of receipt of additional information or documentation, whichever is later. Acceptance will be in the form of a Change Order.

PART 2 - PRODUCTS

2.01 SUBSTITUTIONS: A. Conditions: Engineer will receive and consider Contractor's request for substitution when one or more of the following conditions are satisfied, as determined by Engineer. If the following conditions are not satisfied, Engineer will return the requests without action except to record noncompliance with these requirements. 1. Extensive revisions to the Contract Documents are not required. 2. Proposed substitution is in keeping with the general intent of the Contract Documents and will produce indicated results. 3. Substitution request is timely, fully documented, and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract Times. Engineer will not consider the request if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The requested substitution offers Owner a substantial advantage, in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Engineer for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 6. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved.

012500-2 PSGR012500.GRDA.DOCX SECTION 012500 - SUBSTITUTIONS: continued

7. The specified product or method of construction cannot be provided in a manner that is compatible with other materials and where Contractor certifies that the substitution will overcome the incompatibility. 8. The specified product or method of construction cannot be coordinated with other materials and where Contractor certifies that the proposed substitution can be coordinated. 9. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where Contractor certifies that the proposed substitution provides the required warranty. B. Engineer’s review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Engineer’s acceptance of Submittals not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval of a substitute. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals.

PART 3 - EXECUTION - NOT APPLICABLE.

END OF SECTION 012500

PSGR012500.GRDA.DOCX 012500-3 SECTION 013100 - PROJECT COORDINATION AND MEETINGS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Project meetings. 3. Requests for information (RFIs). B. Related Work Specified Elsewhere: 1. SECTION 013200 for preparing and submitting Contractor's construction progress schedule. 2. SECTION 013300 for Submittal Requirements. 3. SECTION 017800 for coordinating closeout of the Contract.

1.02 DEFINITIONS: A. RFI: Request for information prepared by Contractor and submitted to Engineer seeking interpretation or clarification of the Contract Documents.

1.03 COORDINATION: A. Coordination: Coordinate construction operations included in different sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to allow optimum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to allow optimum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. 5. Schedule installation or remove of stop logs and the raising and lowering of spillway gates. 6. Schedule highway bridge restrictions necessary for Contractor to locate equipment and supplies near active work areas. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of others to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of construction progress schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of Submittals.

PSGR013100.GRDA.DOCX 013100-1 SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued

5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities.

1.04 SUBMITTALS: A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Content: Project-specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, process, and electrical systems. b. Indicate required installation sequences. c. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted Equipment and minimum clearance requirements. Provide alternate sketches to Engineer for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. d. Crane or other construction equipment placement and motion space required. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit electronically using Engineer's Document Management Program detailed in SECTION 013300. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections.

1.05 PROJECT MEETINGS: A. Preconstruction Conference: 1. Engineer will conduct a meeting within 20 days after the Effective Date of the Agreement, to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Representative(s) of Contractor including Contractor's superintendent. b. Engineer and Resident Project Representative. c. Representative(s) of Owner. d. At Owner's option, representatives of principal Subcontractors and Suppliers. 3. Meeting Agenda: a. Construction schedules. b. Phasing. c. Critical Work sequencing and long-lead items. d. Designation of key personnel and their duties; lines of communication. e. Project coordination. f. Procedures and Processing of: (1) RFIs. (2) Field decisions.

013100-2 PSGR013100.GRDA.DOCX SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued

(3) Substitutions. (4) Submittals. (5) Change Orders. (6) Applications for Payment. g. Procedures for testing. h. Procedures for preparing and maintaining record documents. i. Use of Premises: (1) Office, work, storage, laydown, and parking areas. (2) Owner's requirements. (3) Work restrictions and hours. j. Construction facilities, controls, and construction aids. k. Temporary utilities. l. Safety and first-aid. m. Security. n. Deliveries of Equipment and Materials. 4. Location of Meeting: At Project Site. 5. Reporting: a. Within three (3) working days after the meeting, Contractor shall prepare and distribute minutes of the meeting to Owner and Engineer. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Coordination Schedules: 1. Engineer will conduct a meeting at least ten (10) days before submission of the first Application for Payment to finalize the initial coordination schedules requested under SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS. 2. The meeting shall be attended by: a. Representative(s) of Contractor including Contractor's superintendent (and scheduler). b. At Owner's option, representatives of principal Subcontractors and Suppliers. c. Engineer and Resident Project Representative. d. Representative(s) of Owner. C. Construction Progress Meetings: 1. Engineer will schedule and conduct a meeting at least monthly and at other times requested by Engineer. Representatives of the Owner, Engineer, and Contractor shall be present at each meeting. With Engineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. 2. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. Each Subcontractor shall comment on the schedules of Contractor and other Subcontractors and advise if their current progress or anticipated activities are compatible with that Subcontractor's Work. 3. If one Subcontractor is delaying another, Contractor shall issue such directions as are necessary to resolve the situation and promote construction progress. 4. Meeting Agenda: a. Review of construction progress since previous meeting. b. Field observations, interface requirements, conflicts. c. Issues which may impede construction schedule.

PSGR013100.GRDA.DOCX 013100-3 SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued

d. Off-Site fabrication. e. Delivery schedules. f. Submittal schedules and status. g. Site use; coordination with other contractors. h. Temporary facilities, controls, and services. i. Hours of Work. j. Hazards and risks. k. Housekeeping. l. Quality and Work standards. m. RFIs. n. Status of Change Orders. o. Documentation of information for payment requests. p. Corrective measures and procedures to regain construction schedule if necessary. q. Revisions to construction schedule. r. Review of proposed activities for succeeding Work period. s. Review proposed Contract modifications for: (1) Effect on construction schedule and on completion date. t. Other business. 5. Location of Meetings: Teleconference or at Project Site. 6. Reporting: a. Within three (3) working days after each meeting, Contractor shall prepare and distribute minutes of the meeting to Owner and Engineer. b. Contractor shall distribute copies to principal Subcontractors and Suppliers. D. Preinstallation Conferences: 1. Contractor shall conduct a preinstallation conference at the Project Site before each construction activity that requires coordination with other construction. 2. Installer and representatives of manufacturers and fabricators, of products furnished by this Contract or by others, involved in or affected by the installation Work and its coordination or integration with other materials and installations, shall attend the meeting. Advise Engineer of scheduled meeting dates. 3. Review the progress of other construction activities and preparations for the particular activity under consideration at each preinstallation conference, including installation procedures and requirements for the following: a. Contract Documents. b. Options. c. Related Change Orders. d. Purchases. e. Deliveries. f. Shop Drawings, product data, and quality control Samples. g. Review of mockups. h. Possible conflicts. i. Compatibility problems. j. Time schedules. k. Weather limitations. l. Manufacturer's recommendations. m. Warranty requirements. n. Acceptability of substrates. o. Temporary facilities and controls. p. Space and access limitations.

013100-4 PSGR013100.GRDA.DOCX SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued

q. Governing regulations. r. Safety. s. Inspecting and testing requirements. t. Required performance results. u. Recording requirements. v. Protection of construction, personnel, and adjacent work. 4. Record significant discussions and agreements and disagreements of each conference. Distribute the minutes of the meeting within 3 working days after the meeting to everyone concerned, including Owner and Engineer. 5. Do not proceed with the installation if disagreements arise during the conference which cannot be successfully resolved at the time. Contractor shall take actions necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date.

1.06 REQUESTS FOR INFORMATION (RFIs): A. Procedure: Promptly on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI with the content specified. 1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's Work or work of Subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Contract number and title. 5. Name of Engineer. 6. RFI number, numbered sequentially. 7. Specification Section number and title and related paragraphs, as appropriate. 8. Drawing number and detail references, as appropriate. 9. Field dimensions and conditions, as appropriate. 10. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Times or the Contract Price, Contractor shall state impact in the RFI. 11. Contractor's signature. 12. Attachments: Include Drawings, descriptions, measurements, photos, product data, Shop Drawings, and other information necessary to fully describe items needing interpretation. C. Software-Generated RFIs: Software-generated form with substantially the same content as indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Engineer's Action: Engineer will review each RFI, determine action required, and return it. Allow ten (10) working days for Engineer's response for each RFI. RFIs received after 1:00 p.m. local time will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of Submittals. b. Requests for approval of substitutions. c. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Times or the Contract Price.

PSGR013100.GRDA.DOCX 013100-5 SECTION 013100 - PROJECT COORDINATION AND MEETINGS: continued

e. Requests for interpretation of Engineer's actions on Submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. Multiple RFIs addressing similar or identical issues may be addressed by Engineer with a single broad response. 3. Engineer's action may include a request for additional information, in which case Engineer's time for response will start again upon Contractor's response and resubmittal. 4. If Contractor believes the RFI response warrants change in the Contract Times or the Contract Price, notify Engineer in writing within ten (10) days of receipt of the RFI response. E. On receipt of Engineer's action, update the RFI log and promptly distribute the RFI response to affected parties. Review response and notify Engineer within seven (7) days if Contractor disagrees with response. F. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log monthly. Electronic log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Contractor representative name and telephone number. 4. Name and address of Engineer. 5. RFI number including RFIs that were dropped and not submitted. 6. RFI description. 7. Date the RFI was submitted. 8. Date Engineer's response was received. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate.

PART 2 - PRODUCTS - NOT APPLICABLE.

PART 3 - EXECUTION - NOT APPLICABLE.

END OF SECTION 013100

013100-6 PSGR013100.GRDA.DOCX SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary construction progress schedule. 2. Construction progress schedule. 3. Schedule of Submittals. 4. Schedule of values. 5. Construction progress reports. 6. Daily construction reports - issued weekly. 7. Equipment and Material location reports. 8. Field condition reports. 9. Special reports. B. Related Work Specified Elsewhere: 1. SECTION 013100 - PROJECT COORDINATION AND MEETINGS for submitting and distributing meeting and conference minutes. 2. SECTION 013300 - SUBMITTALS for submitting schedules and reports. 3. SECTION 013233 - PROJECT PHOTOGRAPHS for submitting construction photographs.

1.02 REFERENCES: A. Associated General Contractors of America (AGC): 1. Construction Planning and Scheduling.

1.03 DEFINITIONS: A. Activity: A discrete part of a contract that can be identified for planning, scheduling, monitoring, and controlling the construction Work. Activities included in a construction schedule consume time and resources, but shall not include planned work stoppages. Activities shall not normally reflect the Work of more than one trade. 1. Critical activities are activities on the critical path and have zero or negative float. Critical activities must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. "Baseline" schedule: The schedule submitted and accepted by Engineer for the Work. C. CPM: Critical path method (CPM), which is a method of planning and scheduling a construction contract where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Contract. D. FPMS - Field Progress Measurement System: The system utilized to measure Subcontractor's progress based on identifiable installed quantities, using planned man-hours for those quantities to calculate progress. E. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Contract duration and contains no float. F. Event: The starting or ending point of an activity. An event has no duration. G. Float: The measure of leeway in starting and completing an activity. 1. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity.

PSGR013200.GRDA.DOCX 013200-1 SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

2. Total float is the measure of leeway in starting or completing an activity without adversely affecting an intermediate deadline or the planned Contract completion date. a. Negative Total Float is the measure of leeway in starting or completing an activity that has adversely affected an intermediate deadline and/or the planned Contract completion date. b. Total Float shall be calculated as Finish Float. Start Float shall not be used. H. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. I. Milestone: A key or critical point in time for reference or measurement. A milestone has no duration. J. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships. K. Overall Integrated Project Schedule: A database containing approved Baseline CPM schedules, integrated with activity relationships. L. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled.

1.04 SUBMITTALS: A. Schedule of Submittals: Submit in specified electronic format. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (technical or informational). 4. Name of Subcontractor or Supplier. 5. Description of the Work covered. 6. Scheduled date for Engineer's final release or approval. B. Preliminary Construction Progress Schedule: Submit in specified electronic format. C. Construction Progress Schedule: Submit initial schedule, large enough to show entire schedule for entire construction period to Engineer for review and acceptance. 1. Submit electronically, using software indicated, labeled to comply with requirements for Submittals. Include type of schedule (Initial or Updated) and date. D. Schedule of Values: Submit with initial construction progress schedule to Engineer for review and approval in specified electronic format. E. Construction Progress Reports: Submit electronically at monthly intervals. F. Material Location Reports: Submit electronically at monthly intervals. G. Field Condition Reports: Submit electronically at time of discovery of differing conditions. H. Special Reports: Submit electronically at time of unusual event.

1.05 COORDINATION: A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate construction progress schedule with the schedule of values, list of subcontracts, schedule of Submittals, Material and Equipment procurement, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence.

013200-2 PSGR013200.GRDA.DOCX SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

PART 2 - PRODUCTS

2.01 SCHEDULE OF SUBMITTALS: A. Preparation: Submit a schedule of Submittals, arranged in chronological order by dates required by construction progress schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates as required in SECTION 013300 - SUBMITTALS. 1. Coordinate Submittals schedule with list of subcontracts, the schedule of values, and "Baseline" construction progress schedule. 2. Initial Submittal: Submit concurrently with preliminary schedule. Include Submittals required during the first 60 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of construction progress schedule.

2.02 CONTRACTOR'S CONSTRUCTION PROGRESS SCHEDULE, GENERAL: A. Time Frame: Extend schedule from date established in the Notice to Proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each building floor or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 30 calendar days, unless specifically allowed by Engineer. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, Submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in SECTION 013300 - SUBMITTALS in schedule. Coordinate Submittal review times in Contractor's construction progress schedule with schedule of Submittals. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Engineer's administrative procedures necessary for certification of Substantial Completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Work by Owner: Include a separate activity for each portion of the Work performed by Owner. 3. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in SECTION 011100 - SUMMARY OF WORK. Delivery dates indicated stipulate the earliest possible delivery date. 4. Owner-Furnished Products: Include a separate activity for each product. Include delivery date indicated in SECTION 011100 - SUMMARY OF WORK. Delivery dates indicated stipulate the earliest possible delivery date. 5. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies.

PSGR013200.GRDA.DOCX 013200-3 SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

c. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. i. Flood events. 6. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Subcontract awards. b. Submittals. c. Purchases. d. Mockups. e. Fabrication. f. Sample testing. g. Deliveries. h. Installation. i. Tests and inspections. j. Adjusting. k. Curing. l. Startup and initial operation. m. Performance, guarantee, and acceptance testing. n. Placement into final use and operation. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. E. Contract Modifications: For each proposed Contract modification and concurrent with its submission, prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall schedule. F. Computer Software: Prepare schedules using a program that has been developed specifically to manage construction schedules and is acceptable to Engineer.

2.03 PRELIMINARY CONSTRUCTION PROGRESS SCHEDULE: A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule within seven (7) days of date established in the Notice of Award. 1. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work. B. Preliminary Schedule of Values: 1. Initiate a preliminary value assigned to each significant construction activity. 2. Values shall give an indication of cash requirement prediction, with total equal to Contract Price. 3. Submit within ten days of Effective Date of Contract to Engineer (and Owner) for review.

2.04 CONSTRUCTION PROGRESS SCHEDULE (GANTT CHART): A. Gantt-Chart Schedule: After submittal of preliminary construction progress schedule as stated above, submit a detailed construction progress schedule within 30 days after the Notice to

013200-4 PSGR013200.GRDA.DOCX SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

Proceed. Base the schedule on the preliminary construction progress schedule and incorporate review comments and other feedback. B. The schedule shall show the Work in a horizontal bar chart or other graphic format suitable for displaying scheduled and actual progress. 1. The schedule shall indicate phases of the Work, starting date, interim milestones, and dates of Substantial Completion and Final Completion. 2. Breakdown Work phases into separate time bar for each significant construction activity entry, with dates Work is expected to begin and be completed. Within each time bar, indicate estimated completion percentage in 10% increments. 3. Scale and spacing shall allow room for notation and revisions. 4. Sheet Size: Minimum 11 by 17 inches. C. Provide subschedules to define in more detail critical portions of schedules, including inspections and tests. D. Coordinate construction progress schedule with schedule of values, schedule of Submittals schedule, procurement schedule, progress reports, and payment requests. E. Engineer will review and comment on construction progress schedule and, upon agreement between Engineer and Contractor on necessary changes: 1. Contractor shall distribute copies as specified of the accepted "baseline" schedule to Engineer. Contractor shall provide additional copies to Subcontractors and other parties required to comply with scheduled dates, one copy to each party. F. Revise the construction progress schedule after each meeting, event, or activity where revisions have been recognized and accepted to reflect impacts of new developments on the schedule. G. Update and submit electronically to Engineer of the revised schedule at least once each month to show actual progress compared to the originally accepted "baseline" schedule and any proposed changes in the schedule of remaining Work. Include with construction progress report.

2.05 SCHEDULE OF VALUES: A. Based on the preliminary draft schedule of values, reviewed by Engineer and Owner, submit finalized schedule of values acceptable to Engineer as to form and basic details. Submit final within 30 days after Notice to Proceed. B. Coordinate preparation of schedule of values with preparation and content of construction progress schedule.

2.06 REPORTS: A. Construction Progress Reports: 1. Submit a report on actual construction progress on a monthly basis. More frequent reports may be required should the Work fall behind the accepted schedule. a. Submit a weekly report and three-week look-ahead schedule to coordinate with and supplement the monthly construction progress report and which details Work scheduled for the following one-week interval, including: (1) Work activities which will occur. (2) Number and size of crews. (3) Construction equipment on Site. (4) Major items of Equipment and Material to be installed. b. Format shall be on 8-1/2 by 11 or 11 by 17-inch paper, submitted to Engineer.

PSGR013200.GRDA.DOCX 013200-5 SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

2. Construction progress reports shall consist of the revised construction progress schedule and a narrative report which shall include but not be limited to the following: a. Comparison of actual progress to planned progress shown on originally accepted schedule. b. Summary of activities completed since the previous construction progress report. c. Summary of activities planned for next reporting period. d. Planned, earned, and spent earned value analysis for the month. e. Identification of problem areas. f. A description of current and anticipated delaying factors, if any. g. Impact of possible delaying factors. h. Proposed corrective actions. 3. Submit a construction progress report to Engineer with each application for partial payment. Work reported complete but not readily apparent to Engineer must be substantiated with supporting data when requested by Engineer. 4. If a schedule update reveals that, through no fault of Owner, the Work is likely to be completed later than the Contract completion date, Contractor shall: a. Establish a plan for making up lost time. (1) Increase number of workers, or (2) Increase amount or kinds of tools, or (3) Work overtime or additional shifts, or (4) A combination of 2 or more of the above 3 actions. b. Submit plan to Owner and Engineer before implementing the plan. c. Take actions as necessary to get the Work back on schedule at no additional cost to Owner. B. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project Site: 1. List of Subcontractors at Project Site. 2. List of separate contractors at Project Site. 3. Approximate count of personnel at Project Site, and breakdown by craft. 4. Equipment at Project Site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. C. Equipment and Material Location Reports: At monthly intervals, prepare and submit a comprehensive list of Equipment and Materials delivered to and stored at Project Site. List shall be cumulative, showing Equipment and Materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for Materials or items of Equipment fabricated or stored away from Project Site. D. Field Condition Reports: Promptly on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for information (RFI). Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents.

013200-6 PSGR013200.GRDA.DOCX SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS: continued

PART 3 - EXECUTION

3.01 CONSTRUCTION PROGRESS SCHEDULE: A. Construction Progress Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled construction progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate actual completion percentage for each activity. B. Distribution: Distribute copies of accepted schedule to Engineer, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities.

END OF SECTION 013200

PSGR013200.GRDA.DOCX 013200-7 SECTION 013233 - CONSTRUCTION PHOTOGRAPHS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section specifies administrative and procedural requirements for construction photographs.

1.02 SUBMITTALS: A. Submit prints as specified in SECTION 013300 - SUBMITTALS and in PART 3 of this Section. B. Photographer shall submit two sample prints of the type and quality required during construction, for review and acceptance by Engineer. C. Electrographer shall submit two examples of prior work of the type and quality required during performance of Work, for review and acceptance by Engineer.

1.03 QUALITY ASSURANCE: A. All photographs shall be taken and processed by a qualified and established commercial photographer experienced in construction photography. B. All photography shall be taken and processed by an established professional electrographer experienced in the production of color audio/video tape documentation for the construction industry.

PART 2 - PRODUCTS

2.01 PHOTOGRAPHIC REQUIREMENTS: Specified in PART 3 of this Section.

PART 3 - EXECUTION

3.01 PROGRESS SITE PHOTOGRAPHS: A. Contractor shall be responsible for photographs of the Site to show the existing and general progress of the Work. Engineer will advise as to which views are of interest. Photographs shall be taken of the following areas and at the following times. 1. Existing Site conditions before Site work is started. Number of views shall be adequate to cover the Site. 2. Progress of the Work from setting of stop logs for each gate, throughout construction. 3. Finished Project after completion of Work. Number of views shall be adequate to show the finished Work. 4. After Owner or Engineer completes structural assessment of each gate, photograph marks that indicate areas needing steel repair before beginning said repairs. Photograph the same areas again once steel repairs are completed. 5. If Project is not completed during the Contract Time or authorized extensions, photographs shall continue to be taken at no increase in Contract Price. B. Digital Images: 1. Submit a complete set of digital image electronic files (with each submittal of photographic prints) (as a Project record document). a. Provide images in JPEG format, with minimum sensor size of 4.0 megapixels. b. Provide image resolution of not less than 1,024 by 768 pixels. c. Submit images that have same aspect ratio as the sensor, uncropped.

PSGR013233.GRDA.DOCX 013233-1 SECTION 013233 - CONSTRUCTION PHOTOGRAPHS: continued

C. Identification: 1. Identify electronic media with date digital photographs were taken. D. Deliver electronic media files to Engineer.

END OF SECTION 013233

013233-2 PSGR013233.GRDA.DOCX SECTION 013300 - SUBMITTALS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes definitions, descriptions, transmittal, and review of Submittals. B. Related Work Specified Elsewhere: 1. SECTION 013100 - PROJECT COORDINATION AND MEETINGS. 2. SECTION 013200 - CONSTRUCTION PROGRESS SCHEDULES AND REPORTS. 3. SECTION 013233 - CONSTRUCTION PHOTOGRAPHS. 4. SECTION 017800 - CONTRACT CLOSEOUT.

1.02 GENERAL INFORMATION: A. Definitions: 1. Shop Drawings, product data, and Samples are technical Submittals prepared by Contractor, Subcontractor, manufacturer, or Supplier and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe installation, operation, maintenance, or technical properties, as specified in each Division of the Specifications. a. Shop Drawings include custom-prepared data of all types including Drawings, diagrams, performance curves, material schedules, templates, instructions, and similar information not in standard printed form applicable to other projects. b. Product data includes standard printed information on materials, products, and systems; not custom-prepared for this Project, other than the designation of selections from available choices. c. Samples include both fabricated and unfabricated physical examples of materials, products, and Work; both as complete units and as smaller portions of units of Work; either for limited visual inspection or (where indicated) for more detailed testing and analysis. Mock-ups are a special form of Samples which are too large to be handled in the specified manner for transmittal of Sample Submittals. 2. Informational Submittals are those technical reports, administrative Submittals, certificates, and guarantees not defined as Shop Drawings, product data, or Samples. a. Technical reports include laboratory reports, tests, technical procedures, technical records, and Contractor's design analysis. b. Administrative Submittals are those nontechnical Submittals required by the Contract Documents or deemed necessary for administrative records. These Submittals include maintenance agreements, Bonds, Project photographs, physical work records, statements of applicability, copies of industry standards, Project record data, schedules, security/protection/safety data, and similar type Submittals. c. Certificates and guarantees are those Submittals on Equipment and Materials where a written certificate or guarantee from the manufacturer or Supplier is called for in the Specifications. 3. Refer to ARTICLES 1.03 and 1.04 of this PART for detailed lists of Submittals and specific requirements. B. Quality Requirements: 1. Submittals such as Shop Drawings and product data shall be of suitable quality for legibility and reproduction purposes. Every line, character, and letter shall be clearly legible. Drawings such as reproducibles shall be useable for further reproduction to yield legible hard copy. 2. Documents submitted to Engineer that do not conform to specified requirements shall be subject to rejection by Engineer, and upon request by Engineer, Contractor shall resubmit

PSGR013300.GRDA.DOCX 013300-1 SECTION 013300 - SUBMITTALS: continued

conforming documents. If conforming Submittals cannot be obtained, such documents shall be retraced, redrawn, or photographically restored as may be necessary to meet such requirements. Contractor's (or his Subcontractor's) failure to initially satisfy the legibility quality requirements will not relieve Contractor (or his Subcontractors) from meeting the required schedule for Submittals. C. Language and Dimensions: 1. All words and dimensional units shall be in the English language. 2. Metric dimensional unit equivalents may be stated in addition to the English units. However, English units of measurement shall prevail. D. Submittal Completeness: 1. Submittals shall be complete with respect to dimensions, design criteria, materials of construction, and other information specified to enable Engineer to review the information effectively. 2. Where standard Drawings are furnished which cover a number of variations of the general class of Equipment, each Drawing shall be annotated to indicate exactly which parts of the Drawing apply to the Equipment being furnished. Use hatch marks to indicate variations that do not apply to the Submittal. The use of "highlighting markers" will not be an acceptable means of annotating Submittals. Annotation shall also include proper identification of the Submittal permanently attached to the Drawing. E. Form of Submittals: 1. Submittals and other Project documents shall be transmitted in electronic format as specified. a. Selected Submittals may be provided in paper ("hardcopy") copies with advance approval of Engineer, and using procedures specified herein. b. Equipment instruction books and operating manuals shall be provided in paper copies in addition to specified electronic format. 2. Electronic Format using Engineer's Document Management System: a. Scanned Submittals and documents are not acceptable. Transmit Submittal and Project documents in: (1) Adobe® PDF files created directly from native electronic format, or (2) Engineer-approved equal. (3) Electronic Submittals in .tif format are permitted only with specific Engineer approval. b. Each Drawing shall be submitted with an electronic filename that is equivalent to the Drawing number, and any resubmitted Drawing shall use the same file name as the original file name each time. c. Contractor Submittals shall be accompanied with a completed transmittal letter. Submittals that are not accompanied with an approved transmittal letter will not be accepted and will be returned to Contractor. d. All Contractor transmittal letters submitted to Engineer shall contain as a minimum the following information: (1) Contractor's Name. (2) Engineer's Project number. (3) Engineer's Contract number. (4) File name. (5) Description of the information contained in the specific Submittal. (6) Revision number. (7) Submittal type. (8) Date of Submittal.

013300-2 PSGR013300.GRDA.DOCX SECTION 013300 - SUBMITTALS: continued

e. Nonconforming Submittals are subject to rejection by Engineer. 3. Engineer's review comments will be provided electronically in Adobe® PDF format. F. Form of Submittals: 1. Submittals and other Project documents shall be transmitted in electronic format as specified. a. Selected Submittals may be provided in paper ("hardcopy") copies with advance approval of Engineer, and using the procedures specified herein. b. Equipment instruction books and operating manuals shall be provided in paper copies in addition to specified electronic format. 2. Electronic Format: a. Scanned Submittals and documents are not acceptable. Transmit Submittals and Project documents in: (1) Nonproprietary, native electronic format incorporating any necessary reference files, or (2) Adobe® PDF files created directly from native electronic format, or (3) Engineer-approved equal. b. For any given Submittal, the filename and format shall be consistent for initial submission and subsequent revisions of the same. Use consistent naming convention throughout. (1) Nonconforming Submittals are subject to rejection by Engineer. c. Provide "as-constructed" Submittals, record documents, Equipment instruction books and operating manuals, and other documents on CD-ROM in Adobe® PDF format as required and approved by Owner. d. Equipment instruction books and operating and maintenance manuals shall be in Adobe® PDF format combined in one pdf file for the complete O&M manual, or divided into pdf files that represent entire volumes (corresponding to hardcopy volumes). The pdf files shall be completely bookmarked with links within the index sheet to the different sections within the manuals/volumes, corresponding to the defined tabs within the hardcopy version.

1.03 TECHNICAL SUBMITTALS: A. Items shall include, but not be limited to, the following: 1. Manufacturer's specifications. 2. Catalogs, or parts thereof, of manufactured Equipment. 3. Shop fabrication and erection Drawings. 4. General outline Drawings of Equipment showing overall dimensions, location of major components, weights, and location of required building openings and floor plates. 5. Detailed Equipment installation Drawings, showing foundation details, anchor bolt sizes and locations, baseplate sizes, location of Owner's connections; and all clearances required for erection, operation, and disassembly for maintenance. 6. Schematic diagrams for electrical items, showing external connections, terminal block numbers, internal wiring diagrams and one-line diagrams. 7. Bills of material and spare parts list. 8. Instruction books and operating manuals. 9. Material lists or schedules. 10. Performance tests on Equipment by manufacturers.

PSGR013300.GRDA.DOCX 013300-3 SECTION 013300 - SUBMITTALS: continued

11. All drawings, catalogs or parts thereof, manufacturer's specifications and data, Samples, instructions, and other information specified or necessary: a. For Engineer to determine that Equipment and Materials conform to the design concept and comply with intent of the Contract Documents. b. For proper erection, installation, operation, and maintenance of Equipment and Materials which Engineer will review for general content but not for basic details. c. For Engineer to determine what supports, anchorages, structural details, connections, and services are required for Equipment and Materials, and effects on contiguous or related structures and Equipment and Materials. B. Prepare and submit the following lists for review: 1. Equipment List. 2. Instrument List. 3. Terminal Point/Connection List. C. Lists shall be in Microsoft Excel® format. Lists shall be submitted for initial review and resubmitted as a final list. D. Schedule of Submittals: 1. Prepare for Engineer's concurrence, a schedule for submission of all Submittals specified or necessary for Engineer's approval of the use of Equipment and Materials proposed for incorporation in the Work or needed for proper installation, operation, or maintenance. Submit the schedule with the procurement schedule and construction progress schedule. Schedule submission of all Submittals to permit review, fabrication, and delivery in time so as to not cause a delay in the Work of Contractor or Subcontractors or any other contractors as described in the Contract Documents. 2. In establishing schedule for Submittals, allow 20 business days in Engineer's office for reviewing original Submittals and 15 business days in Engineer's office for reviewing resubmittals. 3. Submittals requiring revision shall be resubmitted within 15 business days after receipt of Engineer's review notations. 4. The schedule shall indicate the anticipated dates of original submission for each item and Engineer's approval thereof, and shall be based upon at least one resubmission of each item. 5. Schedule all Submittals (Shop Drawings, product data, and Samples) required prior to fabrication or manufacture for submission within 90 days of the Effective Date of Contract. Schedule Submittals pertaining to storage, installation, and operation at the Site for Engineer's approval prior to delivery of the Equipment and Materials. 6. Resubmit Submittals the number of times required for Engineer's "Submittal Approved." However, any need for resubmittals in excess of the number set forth in the accepted schedule, or any other delay in obtaining approval of Submittals, will not be grounds for extension of the Contract Times, provided Engineer completes his reviews within the times specified. 7. Where a Submittal is required by the Contract Documents or the accepted schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertaining Submittal will be at the sole expense and responsibility of Contractor. E. Transmittal of Submittals: 1. All Submittals (Shop Drawings, product data, and Samples) for Equipment and Materials furnished by Contractor, Subcontractors, manufacturers, and Suppliers shall be submitted to Engineer by Contractor.

013300-4 PSGR013300.GRDA.DOCX SECTION 013300 - SUBMITTALS: continued

2. After checking and verifying all field measurements, transmit all Submittals to Engineer for approval as follows: a. Submittal Information Block: (1) Electronic files of Submittal Information Blocks will be provided to Contractor for use on electronic Submittals. (2) An example of the Submittal Information Block is included as an appendix to this Section. b. Mark each Submittal by Project name and number, Contract title and number, and applicable Specification Section and Article number. Include in the letter of transmittal the Drawing number and title, sheet number (if applicable), revision number, and electronic filename (if applicable). Unidentifiable Submittals will be returned for proper identification. c. Check and approve Submittals of Subcontractors, Suppliers, and manufacturers prior to transmitting them to Engineer. Contractor's submission shall constitute a representation to Owner and Engineer that Contractor approves Submittals and has determined and verified all design criteria, quantities, dimensions, field construction and installation criteria, materials, catalog numbers, compliance with Laws and Regulations, and similar data, and Contractor assumes full responsibility for doing so; and Contractor has coordinated each Submittal with the requirements of the Work and the Contract Documents. d. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from requirements of the Contract Documents. e. Make all modifications noted or indicated by Engineer and return the required number of revised Submittals until approved. Direct specific attention in writing, or on revised Submittals, to changes other than the modifications called for by Engineer on previous Submittals. After paper copy Submittals have been approved, submit copies thereof for final distribution. Previously approved Submittals transmitted for final distribution will not be further reviewed and are not to be revised. If errors are discovered during manufacture or fabrication, correct the Submittal and resubmit for review. f. Following completion of the Work and prior to final payment, furnish record documents and approved Samples and Shop Drawings necessary to indicate "as constructed" conditions, including field modifications, in the number of copies specified. Furnish additional copies for insertion in Equipment instruction books and operating manuals as required. All such copies shall be clearly marked "PROJECT RECORD." (1) Submit a final record copy of the Master Field Drawing list which shall indicate the final revision status of each Drawing on the list. g. Keep a copy or sample of each Submittal in good order at the Site. 3. Quantity Requirements: a. Except as otherwise specified, transmit all Shop Drawings in the following quantities: (1) Initial Submittal: (a) Electronic - One copy to Engineer. (2) Resubmittals: (a) Electronic - One copy to Engineer. (3) Submittal for final distribution: (a) Electronic - One CD to Engineer. (b) Electronic - Two CDs to Owner.

PSGR013300.GRDA.DOCX 013300-5 SECTION 013300 - SUBMITTALS: continued

(c) Hard Copy - One to Engineer. (d) Hard Copy - Two to Owner. (4) As-constructed documents: (a) Electronic - One CD to Engineer. (b) Electronic - Two CDs to Owner. (c) Hard Copy - One to Engineer. (d) Hard Copy - Two to Owner. b. Transmit Submittals of product data as follows: (1) Initial Submittal: (a) Electronic - One copy to Engineer. (2) Resubmittals: (a) Electronic - One copy to Engineer. (3) Submittal for final distribution: (a) Electronic - One copy to Engineer. c. Transmit Submittals of Equipment instruction books and operating manuals as follows: (1) Initial Submittal: (a) Electronic - One copy to Engineer. One copy to Owner. (2) Resubmittals: (a) Electronic - One copy to Engineer. One copy to Owner. (3) Submittal for Final Distribution - 10 paper copies to Owner upon Engineer's written authorization. d. When all Submittals have been updated to "as-constructed" conditions, transmit to Engineer and to Owner in electronic format. Also, provide two (2) bound paper copies to Owner. Final submittals, both paper and electronic formats, shall be organized, collated, and complete with table of contents. e. Owner may copy and use for internal operations and staff training purposes any and all document Submittals required by this Contract and approved for final distribution, whether or not such documents are copyrighted, at no additional cost to Owner. If permission to copy any such Submittal for the purposes stated is unreasonably withheld from Owner by Contractor or any Subcontractor, manufacturer, or Supplier, Contractor shall provide to Engineer 50 copies plus the number of copies required by Contractor at each final distribution issue. 4. Equipment erection Drawings and other Submittals required for installation of Equipment furnished by others under separate contract for installation under this Contract will be transmitted to Contractor by Engineer in the final distribution of such Submittals. F. Engineer's Review: 1. Engineer will review and take appropriate action on Submittals in accordance with the accepted schedule of Submittals. Engineer's review and approval will be only to determine if the items of Equipment and Materials covered by the Submittals will, after installation or incorporation in the Work, conform to information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to design data reflected in Submittals which is peculiarly within the special expertise of Contractor or Contractor's Subcontractors or Suppliers. Review and approval of a component item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval of Shop Drawings, product data, or Samples will not relieve Contractor of responsibility for any deviation from requirements of the Contract

013300-6 PSGR013300.GRDA.DOCX SECTION 013300 - SUBMITTALS: continued

Documents unless Contractor has in writing called Engineer's attention to such deviation at the time of submission, and Engineer has given written concurrence in and approval of the specific deviation. Approval by Engineer shall not relieve Contractor from responsibility for errors or omissions in Submittals. G. Submittal Action Stamp: 1. Engineer's review action stamp, appropriately completed, will appear on all Submittals of Contractor when returned by Engineer. Review status designations listed on Engineer's action stamp are defined as follows:

A - SUBMITTAL APPROVED: Signifies Equipment or Material represented by the Submittal conforms to the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related Work. Copies of the Submittal are to be transmitted to Engineer for final distribution.

B - SUBMITTAL APPROVED AS NOTED (RESUBMIT): Signifies Equipment and Material represented by the Submittal conforms to the design concept and complies with the intent of the Contract Documents and is approved for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with fabrication or procurement of the items and with related Work in accordance with Engineer's notations and is to submit a revised Submittal responsive to notations marked on the returned Submittal or written in the letter of transmittal.

C - SUBMITTAL RETURNED FOR REVISION (RESUBMIT): Signifies Equipment and Material represented by the Submittal appears to conform to the design concept and comply with the intent of the Contract Documents but information is either insufficient in detail or contains discrepancies which prevent Engineer from completing his review. Contractor is to resubmit revised information responsive to Engineer's annotations on the returned Submittal or written in the letter of transmittal. Fabrication or procurement of items represented by the Submittal and related Work is not to proceed until the Submittal is approved.

D - SUBMITTAL NOT APPROVED (SUBMIT ANEW): Signifies Equipment and Material represented by the Submittal does not conform to the design concept or comply with the intent of the Contract Documents and is disapproved for use in the Work. Contractor is to provide Submittals responsive to the Contract Documents.

E - PRELIMINARY SUBMITTAL: Signifies Submittals of such preliminary nature that a determination of conformance with the design concept or compliance with the intent of the Contract Documents must be deferred until additional information is furnished. Contractor is to

PSGR013300.GRDA.DOCX 013300-7 SECTION 013300 - SUBMITTALS: continued

submit such additional information to permit layout and related activities to proceed.

F - FOR REFERENCE, NO APPROVAL REQUIRED: Signifies Submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the intent of the Contract Documents. Engineer reviews such Submittals for general content but not for basic details.

G - DISTRIBUTION COPY (PREVIOUSLY APPROVED): Signifies Submittals which have been previously approved and are being distributed to Contractor, Owner, Resident Project Representative, and others for coordination and construction purposes.

H. Instruction Books and Operating Manuals: 1. In addition to electronic Submittals specified above, Equipment instruction books and operating manuals prepared by the manufacturer shall include the following: a. Index and tabs. b. Instructions for installation, start-up, operation, inspection, maintenance, parts lists and recommended spare parts, and data sheets showing model numbers. c. Applicable Drawings. d. Warranties and guarantees. e. Address of nearest manufacturer-authorized service facility. f. All additional data specified. 2. Information listed above shall be bound into ViaTech Swing Hinge hard-back binders. Sheet size shall be 8-1/2 by 11 inches. Binder color shall be black. Capacity shall be a minimum of 1-1/2 inches, but sufficient to contain and use sheets with ease. a. Provide the following accessories: (1) Label holder. (2) Business card holder. (3) Sheetlifters. (4) Horizontal pockets. b. The binder front cover and spine shall be embossed with the information in the layout indicated in Appendix B. c. Submit mockup of cover and spine for Engineer's review. I. Samples: 1. Office Samples shall be of sufficient size and quantity to clearly illustrate the following: a. Functional characteristics of the product, with integrally related parts and attachment devices. b. Full range of color, texture, and pattern. c. Material, manufacturer, pertinent catalog number, and intended use.

013300-8 PSGR013300.GRDA.DOCX SECTION 013300 - SUBMITTALS: continued

1.04 INFORMATIONAL SUBMITTALS: A. Informational Submittals are comprised of technical reports, administrative Submittals, and guarantees which relate to the Work, but do not require Engineer approval prior to proceeding with the Work. Informational Submittals include: 1. Welder qualification tests. 2. Welding procedure qualification tests. 3. Field test reports. 4. Certification on Materials: a. Steel mill tests. b. Paint laboratory tests. 5. Shipping or packing lists. 6. Job progress schedules. 7. Equipment and Material delivery schedules. 8. Progress photographs. 9. Warranties and guarantees. B. Transmittal of Informational Submittals: 1. All informational Submittals furnished by Subcontractors, manufacturers, and Suppliers shall be submitted to Engineer by Contractor unless otherwise specified. a. Identify each informational Submittal by Project name and number, Contract title and number, and Specification Section and Article number marked thereon or in letter of transmittal. Unidentifiable Submittals will be returned for proper identification. b. At the time of each submission, call to the attention of Engineer in the letter of transmittal any deviations from requirements of the Contract Documents. 2. Quantity Requirements: a. Technical reports and administrative Submittals except as otherwise specified: (1) Electronic: One to Engineer. b. Written Certificates and Guarantees: (1) Engineer: Two copies. 3. Test Reports: a. Responsibilities of Contractor, Owner, and Engineer regarding tests and inspections of Equipment and Materials and completed Work are set forth elsewhere in these Contract Documents. b. The party specified responsible for testing or inspection shall in each case, unless otherwise specified, arrange for the testing laboratory or reporting agency to distribute test reports as follows: (1) Owner: Two copies. (2) Engineer: One copy. (3) Resident Project Representative: One copy. (4) Contractor: Two copies. (5) Manufacturer or Supplier: One copy. C. Engineer's Review: 1. Engineer will review informational Submittals for indications of Work or Material deficiencies. 2. Engineer will respond to Contractor on those informational Submittals which indicate Work or Material deficiency.

PSGR013300.GRDA.DOCX 013300-9 SECTION 013300 - SUBMITTALS: continued

PART 2 - PRODUCTS - NOT APPLICABLE.

PART 3 - EXECUTION - NOT APPLICABLE.

END OF SECTION 013300

013300-10 PSGR013300.GRDA.DOCX SECTION 013300 - SUBMITTALS: continued

PSGR013300.GRDA.DOCX 013300-11 SECTION 013300 - SUBMITTALS: continued

013300-12 PSGR013300.GRDA.DOCX SECTION 015100 - TEMPORARY UTILITIES AND FACILITIES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incorporated into final Work. It includes the following: 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection. B. Related Work Specified Elsewhere: 1. SECTION 015200 - FIELD OFFICES AND SHEDS. 2. SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS.

1.02 REFERENCES: A. American National Standards Institute (ANSI): 1. A10 Series - Safety Requirements for Construction and Demolition. B. National Electrical Contractors Association (NECA): 1. Electrical Design Library - Temporary Electrical Facilities. C. National Fire Protection Association (NFPA): 1. 10 - Portable Fire Extinguishers. 2. 70 - National Electrical Code. 3. 241 - Safeguarding Construction, Alterations, and Demolition Operations. D. National Electrical Manufacturers Association (NEMA). E. Underwriters Laboratories (UL).

1.03 SUBMITTALS: A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities.

1.04 QUALITY ASSURANCE: A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards "Temporary Electrical Facilities." 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70.

1.05 PROJECT CONDITIONS: A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service.

PSGR015100.GRDA.DOCX 015100-1 SECTION 015100 - TEMPORARY UTILITIES AND FACILITIES: continued

B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous, unsanitary conditions, or public nuisances to develop or persist on the Site.

PART 2 - PRODUCTS

2.01 MATERIALS AND EQUIPMENT: A. Provide new materials and equipment. If acceptable to Engineer, undamaged previously used materials and equipment in serviceable condition may be used. Provide materials and equipment suitable for the use intended, of capacity for required usage, and meeting applicable codes and standards. B. Electrical Power Cords: Provide grounded extension cords. Use hard-service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length-voltage ratio. C. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered-glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. D. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. E. Fire Extinguishers: Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL- rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA- recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure.

PART 3 - EXECUTION

3.01 TEMPORARY UTILITIES: A. General: 1. Provide adequate utility capacity at each stage of construction. Prior to availability of temporary utilities at the Site, provide trucked-in services as required for start-up of construction operations. 2. Furnish, install, and maintain temporary utilities required for adequate construction, safety, and security. Modify, relocate, and extend systems as Work progresses. Repair damage caused by installation or use of temporary facilities. Remove on completion of Work or until service or facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3. The types of temporary construction utilities and facilities required include, but not by way of limitation, water distribution, drainage, dewatering equipment, enclosure of Work, heat, ventilation, electrical power distribution, lighting, hoisting facilities, stairs, ladders, and roads. 4. Inspect and test each service before placing temporary utilities in use. Arrange for required inspections and tests by governing authorities, and obtain required certifications and permits for use. 5. Materials used for temporary service shall not be used in the permanent system unless so specified or acceptable to Engineer.

015100-2 PSGR015100.GRDA.DOCX SECTION 015100 - TEMPORARY UTILITIES AND FACILITIES: continued

B. Because of operational requirements, Owner may restrict or curtail Contractor's use of electric power. If these utilities are critical to Contractor's operations and completion of the Contract on the agreed schedule, Contractor shall consider furnishing alternate sources for its own use. Restriction or curtailment of these utilities shall not be a basis for a claim against Owner or an extension of the agreed schedule.

3.02 TEMPORARY ELECTRICITY AND LIGHTING: A. Use of Existing System: 1. Owner's existing system may be used for temporary electricity. 2. Provide connections to existing facilities, size to provide service required for power and lighting. 3. Power Source: Make connections to Owner's service, located at point indicated or instructed by Owner. 4. Modify, supplement, and extend service as necessary to meet needed requirements and prevent overloading of existing system. 5. Protect system to prevent interference with Owner's normal usage.

3.03 TEMPORARY HEAT AND VENTILATION: A. General: 1. Provide temporary heat, ventilation, and cooling as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials, and to protect materials and finishes from damage. Protect from adverse effects of low temperatures or high humidity, and to prevent hazardous accumulations of dust, fumes, vapors, or gases. 2. Methods of heating and fuel shall be suitable for particular purposes. Portable heaters shall be standard approved units with controls.

3.04 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be solely responsible for initiating, maintaining, and supervising all safety and health precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide necessary protections to prevent injury or loss to, all employees on the Work and other persons and organizations who may be affected thereby.

3.05 TEMPORARY FIRE PROTECTION: A. General: 1. Contractor shall be responsible for development of a fire prevention and protection program for all Work under this Contract. 2. The program shall comply with the applicable provisions for safety and protection specified in the Contract Documents and with applicable parts of the NFPA 10 and 241. 3. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near such usable stairwell. 4. Store combustible materials in containers in fire-safe locations. 5. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 6. Provide supervision of welding operations and similar sources of fire ignition. 7. Post warning and instructions at each extinguisher location, and instruct construction personnel on proper use of extinguishers and other available facilities at Project

PSGR015100.GRDA.DOCX 015100-3 SECTION 015100 - TEMPORARY UTILITIES AND FACILITIES: continued

Site. Post local fire department telephone number on or near each telephone instrument at Project Site.

3.06 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site. B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and allowed by use of permanent construction, or at completion of the Project. C. Repair: Clean and repair damage caused by installation or by use of temporary facilities.

END OF SECTION 015100

015100-4 PSGR015100.GRDA.DOCX SECTION 015200 - FIELD OFFICES AND SHEDS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes requirements for temporary field offices and other structures required for office and storage space required by Contractor. B. Related Work Specified Elsewhere: 1. SECTION 015100 - TEMPORARY UTILITIES AND FACILITIES. 2. SECTION 016000 - EQUIPMENT AND MATERIALS. C. Use of Existing Facilities: 1. Owner designated existing spaces may be used for field office for Contractor. Potential locations for field offices and staging areas are shown on Drawing G001.

PART 2 - PRODUCTS

2.01 FIELD OFFICES: A. General: 1. Provide appropriate type fire extinguishers at each office and storage area. 2. Maintain offices during progress of the Work. 3. Prepare office spaces ready for occupancy 15 days after date stated in Notice to Proceed. B. Contractor's Office: 1. Provide a field office for Contractor's superintendent on the Site. 2. It shall be of size required for general use, with lights, heat, furnishings, telephone service, and other necessary facilities and utilities required by Contractor's operations.

2.02 STORAGE SHEDS AND TRAILERS: A. On Site: 1. Provide temporary buildings or trailers needed for storage of Equipment and Materials installed under this Contract. 2. Provide ventilation and heating as required by Equipment and Material stored. B. Off Site: 1. Advise Engineer of any arrangements made for storage of Equipment and Materials in a place other than Owner's Site. Furnish evidence of insurance coverage with Application for Payment as specified by the Contract Documents or required by Owner.

PART 3 - EXECUTION

3.01 LOCATION, INSTALLATION AND MAINTENANCE: A. General: 1. Place temporary buildings, trailers, and stored materials in locations acceptable to Owner or Engineer. 2. Install field offices and sheds to resist winds and elements of the locality where installed. 3. Remove when no longer needed at the Site or when Work is completed. 4. Keep approach walks free of leaves, mud, water, ice, or snow. 5. At completion of Work, remove temporary buildings and trailers, foundations (if any), utility services, and debris. 6. Prepare ground or paved areas as specified in applicable sections.

END OF SECTION 015200

PSGR015200.GRDA.DOCX 015200-1 SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4. Security. 5. Environmental controls. 6. Access roads and parking areas. 7. Traffic control and use of roadways. B. Related Work Specified Elsewhere: 1. SECTION 015100 - TEMPORARY UTILITIES AND FACILITIES.

PART 2 - PRODUCTS - NOT APPLICABLE.

PART 3 - EXECUTION

3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General: 1. Provide for the safety and protection of the Work and of Materials and Equipment to be incorporated therein, whether in storage on or off the Site. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected. 2. Notify Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. 3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water. 4. Protect floors from damage by proper covering and care when handling heavy equipment, painting, or handling mortar or other such materials. Use proper cribbing and shoring to prevent overloading.

3.02 BARRIERS: A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, to protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. 2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area.

PSGR015700.GRDA.DOCX 015700-1 SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued

3.03 ENVIRONMENTAL CONTROLS: A. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere. 2. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis until painting is finished. 3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly-coated surfaces. B. Debris Control and Clean-Up: 1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construction materials such as forms and scaffolding neatly stacked. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred. 2. Final cleanup is specified in SECTION 017800 - CONTRACT CLOSEOUT. C. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off-Site in approved locations, and replace with suitable compacted fill and topsoil. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. Contractor shall be responsible for all remediation and fines associated with unpermitted discharges performed by Contractor or a result of Contractor's negligence.

3.04 ACCESS ROADS AND PARKING AREAS: A. Existing On-Site Roads and Parking Areas: 1. Designated existing on-Site streets and parking facilities may be used for construction traffic. a. Maintain existing areas, and restore to original, better, or specified condition at completion of Work. b. Do not allow heavy vehicles or construction equipment in parking areas. c. Parking will be restricted to area designated by Owner. Parking shall not interfere with Owner’s day to day operation and maintenance activities.

3.05 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Roadway Restrictions: 1. Contractor shall not obstruct usage of State Highway 28 or other public roads, including temporary lane closures, without prior approval from the Oklahoma Department of Transportation and Owner.

015700-2 PSGR015700.GRDA.DOCX SECTION 015700 - TEMPORARY BARRIERS AND CONTROLS: continued

2. Temporary road restrictions required to deliver equipment and supplies to Contractor's active work areas must be minimized, both in frequency and duration. 3. Road restrictions must be scheduled to avoid peak traffic periods, particularly near summer holiday periods. B. Traffic Control: 1. Provide, operate, and maintain equipment, services, and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at Site entrances, on-Site access roads, and parking areas. This includes traffic signals and signs, flagmen, flares, lights, barricades, and other devices or personnel as necessary to adequately protect the public. 2. Remove temporary equipment and facilities when no longer required. Restore grounds to original, better, or specified condition when no longer required. 3. Provide and maintain suitable detours or other temporary expedients if necessary. 4. Bridge over open trenches where necessary to maintain traffic. 5. Consult with governing authorities to establish public thoroughfares which will be used as haul routes and Site access. All operations shall meet the approval of owners or agencies having jurisdiction. C. Maintenance of Roadways: 1. Repair roads, bridges, walkways, and other traffic areas damaged by operations. Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions. 2. All operations and repairs shall meet the approval of owners or agencies having jurisdiction.

END OF SECTION 015700

PSGR015700.GRDA.DOCX 015700-3 SECTION 016000 - EQUIPMENT AND MATERIALS

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements governing Contractor's selection of products for use in the Project. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. DIVISION 02 and DIVISION 09 for the applicability of industry standards to products specified. 2. SECTION 012500 for handling requests for substitutions made after award of the Contract. 3. SECTIONS 013200 and 013300 for submittal of Contractor's construction progress schedule and the Submittal schedule.

1.02 DEFINITIONS: A. Definitions used in this Article are not intended to change the meaning of other terms used in these Contract Documents, such as "specialties," "systems," "structures," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well-recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "Material," "Equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature, which is current as of the date of the Contract Documents. b. "Foreign Products," as distinguished from "domestic products," are items substantially manufactured (50% or more of value) outside the United States and its possessions. Products produced or supplied by entities substantially owned (more than 50%) by persons who are not citizens of, nor living within, the United States and its possessions are also considered to be foreign products. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational or nonoperational parts, whether motorized, or manually operated, that may require service connections, such as wiring or piping.

1.03 SUBMITTALS: A. Submittals for products are specified in SECTION 013300, on the Drawings and in applicable Sections of DIVISION 02 and DIVISION 09.

1.04 QUALITY ASSURANCE: A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. 1. When specified products are available only from sources that do not, or cannot, produce a quantity adequate to complete Project requirements in a timely manner, consult with Engineer to determine the most important product qualities before proceeding. Qualities may include attributes, such as visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources producing products that possess these qualities, to the fullest extent possible.

PSGR016000.GRDA.DOCX 016000-1 SECTION 016000 - EQUIPMENT AND MATERIALS: continued

B. Compatibility of Options: When the Contractor is given the option of selecting between two or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options.

1.05 TRANSPORTATION AND SHIPMENT: A. Shipment Preparation: 1. Contractor shall require manufacturers and Suppliers to prepare products for shipment in a manner to facilitate unloading and handling, and to protect against damage, deterioration, or unnecessary exposure to the elements in transit and storage. Provisions for protection shall include the following: a. Crates or other suitable packaging materials. b. Covers and other means to prevent corrosion, moisture damage, mechanical injury, and accumulation of dirt in motors, electrical equipment, and machinery. c. Suitable rust-preventive compound on exposed machined surfaces and unpainted iron and steel. d. Grease packing or oil lubrication in all bearings and similar items. B. Marking: Each product item shall be tagged or marked as identified in the delivery schedule or on Submittals. Complete packing lists and bills of material shall be included with each shipment. Each piece of every item need not be marked separately, provided that all pieces of each item are packed or bundled together and the packages or bundles are properly tagged or marked.

1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the Site and to prevent overcrowding of construction spaces. Allow ample time to avoid delay of the Work. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to the Site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. Inspect shipment to assure: a. Product complies with requirements of Contract Documents and reviewed Submittals. b. Quantities are correct. c. Containers and packages are intact and labels are legible. d. Products are properly protected and undamaged. 5. Store products at the Site in a manner that will facilitate inspection and measurement of quantity or counting of units. Mark deliveries of component parts of Equipment to identify the Equipment, to permit easy accumulation of parts, and to facilitate inspection and measurement of quantity or counting of units. 6. Store heavy Materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, and with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions.

016000-2 PSGR016000.GRDA.DOCX SECTION 016000 - EQUIPMENT AND MATERIALS: continued

8. Protect motors, electrical Equipment, plumbing fixtures, and machinery of all kinds against corrosion, moisture deteriorations, mechanical injury, and accumulation of dirt or other foreign matter. 9. Protect exposed machined surfaces and unpainted iron and steel as necessary with suitable rust-preventive compounds. 10. Protect bearings and similar items with grease packing or oil lubrication. 11. Handle and store steel plate, sheet metal, and similar items in a manner to prevent deformation. B. Handling: 1. Provide equipment and personnel necessary to unload and handle products, by methods to prevent damage or soiling to products, or packaging. 2. Handle by methods to prevent bending or overstressing. Where lifting points are designated, lift components only at those points. 3. Provide additional protection to surrounding surfaces as necessary to prevent damage. C. Maintenance of Storage: 1. Inspect stored products on a scheduled basis. 2. Verify that storage facilities comply with manufacturer's product storage requirements, including environmental conditions continually maintained. 3. Verify that surfaces of products exposed to elements are not adversely affected; that any weathering of finishes is acceptable under requirements of Contract Documents. 4. For mechanical and electrical Equipment in long-term storage, provide manufacturer's service instructions to accompany each item, with notice of enclosed instructions on exterior of package. Service Equipment on a regularly scheduled basis. D. Protection After Installation: Provide substantial coverings as necessary to protect installed products from damage from subsequent construction operations. Remove coverings when no longer needed or as specified.

PART 2 - PRODUCTS

2.01 PRODUCT SELECTION:

A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise specified or indicated, new at the time of installation. 1. Provide products complete with accessories, trim, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. 2. Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Continued Availability: Where, because of the nature of its application, Owner is likely to need replacement parts or additional amounts of a product at a later date, either for maintenance and repair or replacement, provide standard products for which the manufacturer has published assurances that the products and its parts are likely to be available to Owner at a later date. 4. Conform to applicable Specifications, codes, standards, and regulatory agencies. 5. Comply with size, make, type, and quality specified, or as specifically approved in writing by Engineer. 6. Manufactured and Fabricated Products: a. Design, fabricate, and assemble in accordance with the best engineering and shop practices.

PSGR016000.GRDA.DOCX 016000-3 SECTION 016000 - EQUIPMENT AND MATERIALS: continued

b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. c. Equipment and Materials shall be suitable for service conditions intended. d. Equipment capacities, sizes, and dimensions indicated or specified shall be adhered to unless variations are specifically approved in writing by Engineer. e. Provide labels and nameplates where required by regulatory agencies or to state identification and essential operating data. 7. Do not use products for any purpose other than that for which designed. 8. To the fullest extent possible, provide products of the same kind from a single source.

PART 3 - EXECUTION

3.01 INSTALLATION OF PRODUCTS: A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place except as required for proper movement and performance, and accurately located and aligned with other Work. 1. Obtain and distribute copies of manufacturer's printed instructions and recommendations if not a part of Submittals, containers, or packaging to parties involved in the installation, including a copy to Engineer. 2. Maintain one complete set of instructions at the Site during installation and until completion. 3. Handle, install, connect, clean, condition, and adjust products in accordance with such instructions and in conformance with specified requirements. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. B. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion.

END OF SECTION 016000

016000-4 PSGR016000.GRDA.DOCX SECTION 017800 - CONTRACT CLOSEOUT

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for Contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Instruction book and operating manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections of the Specifications. C. Related Work Specified Elsewhere: 1. Prerequisites to Substantial Completion and Final Acceptance: GENERAL CONDITIONS. 2. SECTION 013300 - SUBMITTALS.

1.02 SUBSTANTIAL COMPLETION: A. The nature of this project is such that the rehabilitation of each spillway gate is an independent task. Therefore, separate Certificates of Substantial Completion will be issued for each completed spillway gate. B. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion for a specific spillway gate, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100% completion for the portion of the Work claimed as Substantially Complete. a. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Price. b. If 100% completion cannot be shown, include a list of incomplete items, the value of incomplete Work, and reasons the Work is not complete. 2. Complete final cleanup requirements, including touchup painting. 3. Touch up and otherwise repair and restore marred, exposed finishes. C. Inspection Procedures: On receipt of a request for inspection for each completed spillway gate, Owner or Engineer will either proceed with inspection or advise Contractor of unfilled requirements. Owner or Engineer will prepare the Certificate of Substantial Completion following inspection or advise Contractor of construction that must be completed or corrected before the certificate will be issued. 1. Owner or Engineer will repeat inspection when requested and assured by Contractor that the Work is Substantially Complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance.

1.03 FINAL ACCEPTANCE: A. A certificate of final acceptance will be issued only after Contractor has obtained Certificates of Substantial Completion on all forty-two (42) spillway gates. B. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request.

PSGR017800.GRDA.DOCX 017800-1 SECTION 017800 - CONTRACT CLOSEOUT: continued

1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Price. 3. Submit a certified copy of Engineer's final inspection list of items to be completed or corrected, endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by Engineer. 4. Submit consent of surety to final payment. 5. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 6. Submit a final liquidated damages settlement statement. C. Reinspection Procedure: Owner or Engineer will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to Engineer. 1. Upon completion of reinspection, Engineer will prepare a certificate of final acceptance. If the Work is incomplete, Engineer will advise Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated.

1.04 RECORD DOCUMENT SUBMITTALS: A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for Owner's and Engineer's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which Drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Record information concurrently with construction progress. 2. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. Mark each document "PROJECT RECORD" in neat, large, printed letters. 3. Mark new information that is important to Owner but was not shown on Contract Drawings or Shop Drawings. 4. Note related Change Order numbers where applicable. 5. Organize Record Drawing sheets into manageable sets. Bind sets with durable-paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 6. Upon completion of the Work, submit Record Drawings to Engineer for Owner's records. 7. Include the following: a. Where Submittals are used for mark-up, record a cross-reference at corresponding location on Drawings. b. Field changes of dimension and detail. c. Changes made by Change Order or other Modifications. d. Details not on original Contract Drawings.

017800-2 PSGR017800.GRDA.DOCX SECTION 017800 - CONTRACT CLOSEOUT: continued

C. Record Specifications: Maintain one complete copy of the Project Manual including Addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and Modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related Record Drawing information and product data. 4. Upon completion of the Work, submit record Specifications to Engineer for Owner's records. 5. Include the following: a. Manufacturer, trade name, catalog number, and Supplier of each product and item of Equipment actually installed, particularly optional and substitute items. b. Changes made by Addendum, Change Order, or other Modifications. c. Related Submittals. D. Record Product Data: Maintain one copy of each product data Submittal. Note related Change Orders and markup of Record Drawings and specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the Site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record product data to Engineer for Owner's records. E. Record Samples Submitted: Immediately prior to Substantial Completion, Contractor shall meet with Engineer and Owner's personnel at the Project Site to determine which Samples are to be transmitted to Owner for record purposes. Comply with Owner's instructions regarding packaging, identification, and delivery to Owner. F. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and Submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records, and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to Engineer for Owner's records. G. Instruction Books and Operating Manuals: Organize operation and maintenance data into suitable sets of manageable size as specified in SECTION 013300. H. Electronic Documentation and Paper Copies: 1. In addition to paper copies of Record Drawings, specifications, product data and miscellaneous records, provide electronic versions of these Record Documents showing "as-constructed" conditions, "as-constructed" construction progress schedule, master field drawing list showing final revisions, instruction books, and operating manuals on CD- ROM in AutoCAD and Adobe® PDF. 2. Deliver two (2) complete paper copies of record documents to Owner. Copies shall be on letter-size paper (8-1/2 by 11 inches) except for B-size and larger drawings, which shall be reproduced at half their original scale. 3. Provide complete operating system for electronic database of Contract historical and other information and documentation: I. Warranties and Bonds: Specified in GENERAL CONDITIONS and SECTION 013300.

PSGR017800.GRDA.DOCX 017800-3 SECTION 017800 - CONTRACT CLOSEOUT: continued

1.05 SPARE PARTS: A. Products Required: 1. Provide to Owner the quantities of products, spare parts, maintenance tools, and maintenance materials specified in individual Sections, in addition to that required for completion of Work. 2. Products shall be identical to those installed in the Work. Include quantities required from Supplier or manufacturer of original purchase to avoid variations in manufacture. B. Storage, Maintenance: 1. Coordinate with Owner. Deliver and unload spare products to Owner at Project Site and obtain receipt prior to final payment. 2. For portions of the Work accepted and occupied by Owner prior to Substantial Completion, deliver the applicable spare products to Owner at time of acceptance. Obtain receipt. 3. Maintain spare products in original containers with labels intact and legible, until delivery to Owner.

PART 2 - PRODUCTS - NOT APPLICABLE.

PART 3 - EXECUTION

3.01 CLOSEOUT PROCEDURES: A. Operation and Maintenance Instructions: Arrange for each installer of Equipment that requires regular maintenance to meet with Owner's personnel at Project Site to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Instruction books and operating manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. 8. Control sequences. 9. Hazards, hazardous chemicals data sheets. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments.

3.02 FINAL CLEANING: A. General: Contractor shall keep the Site premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. Regular Site cleaning is included in SECTION 015700. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a. Remove labels that are not permanent labels.

017800-4 PSGR017800.GRDA.DOCX SECTION 017800 - CONTRACT CLOSEOUT: continued

b. Remove debris and surface dirt from limited-access spaces including roofs, plenums, shafts, trenches, equipment vaults, manholes, and similar spaces. c. Clean the Site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even-textured surface. 2. Remove temporary structures, tools, equipment, supplies, and surplus materials. 3. Remove temporary protection devices and facilities which were installed to protect previously completed Work. 4. Special Cleaning: Cleaning for specific units of Work is specified in applicable Sections of Specifications. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the Site and dispose of lawfully. 1. Extra materials of value remaining after completion of associated Work become Owner's property. Dispose of these materials as directed by Owner. E. Repairs: 1. Repair damaged protective coated surfaces. 2. Repair roads, walks, fences, and other items damaged or deteriorated because of construction operations. 3. Restore all ground areas affected by construction operations.

END OF SECTION 017800

PSGR017800.GRDA.DOCX 017800-5 SECTION 017836 - WARRANTIES

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer's standard warranties on products and special warranties. 1. Refer to the GENERAL CONDITIONS for terms of the Contractor's period for correction of the Work. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. SECTION 013300 - PROCEDURES FOR SUBMITTING WARRANTIES. 2. SECTION 017800 - CONTRACT CLOSEOUT PROCEDURES. 3. Certifications and other commitments and agreements for continuing services to Owner: Specified throughout the Contract Documents. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve Suppliers, manufacturers, and Subcontractors required to countersign special warranties with Contractor. D. Separate Prime Contracts: Each prime contractor is responsible for warranties related to its own contract.

1.02 WARRANTY REQUIREMENTS: A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted construction. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Expressed warranties made to Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the Law. Expressed warranty periods shall not be interpreted as limitations on the time in which Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, Owner reserves the right to refuse to accept the Work, until Contractor presents evidence that entities required to countersign such commitments are willing to do so. F. Specific Provision: Warranty on all equipment and materials provided under this Contract shall be the longer of the following: 1. 30 Months from delivery. 2. 24 months from Substantial Completion of each individual spillway gate.

PSGR017836.GRDA.DOCX 017836-1 SECTION 017836 - WARRANTIES: continued

1.03 SUBMITTALS: A. Submit written warranties to Engineer prior to the date certified for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the Date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of Engineer. 1. When a designated portion of the Work is completed and occupied or used by Owner, by separate agreement with Contractor during the construction period, submit properly executed warranties to Engineer within 15 days of completion of that designated portion of the Work. B. When the Contract Documents require Contractor, or Contractor and a Subcontractor, Supplier, or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by required parties. Submit a draft to Owner, through Engineer, for approval prior to final execution. C. Bind warranties and bonds in heavy-duty, commercial-quality, durable three-ring, vinyl- covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2 by 11 inch paper. 1. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the installer. 2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," and as required by SECTION 013300. 3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

PART 2 - PRODUCTS - NOT APPLICABLE.

PART 3 - EXECUTION - NOT APPLICABLE.

END OF SECTION 017836

017836-2 PSGR017836.GRDA.DOCX DIVISION 02 - EXISTING CONDITIONS / SITE WORK

SECTION 024100 - DEMOLITION

PART 1 - GENERAL

1.01 SUMMARY: A. This Section includes the removal of existing construction to limits as indicated and specified herein. Demolition includes the complete or partial removal and disposal of materials of the following: 1. Paint (lead containing) on downstream side and coal tar coating on the upstream side to be removed from Tainter Gates as indicated on Drawings and Specifications. 2. Other items as indicated. B. Related Work Specified Elsewhere: 1. SECTION 099000 - PROTECTIVE COATINGS.

1.02 SUBMITTALS: A. Schedule of Demolition: 1. Submit as specified in DIVISION 01. 2. Submit proposed methods and operations of demolition for review prior to the start of Work. Include in the schedule the coordination for shutoff, capping, and continuation of utility services as required, together with details for dust, noise, lead-containing paint and coal tar debris, and erosion control protection. 3. Provide a detailed sequence of demolition and removal Work to ensure the uninterrupted progress of Owner's operations. 4. Submit copies of landfill waste-disposal dump tickets. B. Contractor shall provide a written certificate and photographic documentation of removing existing gate coatings (lead-containing paint and coal tar) in accordance with applicable federal, state, and local regulations. C. Contractor shall submit written evidence that debris generated from removal of existing gate coatings (lead-containing paint and coal tar) is approved for proper disposal by the EPA, state, and local regulatory agencies.

1.03 JOB CONDITIONS: A. General: 1. Lead-Containing Paint at Tainter Gates: a. A Lead Paint Survey was completed and is included as Attachment A to this Section. (1) Burns & McDonnell health and safety personal will perform quarterly air and environmental monitoring of work area and personal. Contractor coordination required. 2. If Contractor encounters any items not identified within the report as containing lead and/or asbestos, they shall notify the Owner immediately. B. Owner will be continuously occupying areas of the building immediately adjacent to areas of selective demolition. Conduct selective demolition Work in a manner that will minimize need for disruption of Owner's normal operations. Provide Owner a minimum of 72 hours' advance notice of demolition activities which will severely impact Owner's normal operations. C. Condition of Structures to be Demolished: 1. Owner assumes no responsibility for actual condition of structures to be demolished.

PSGR024100.GRDA.DOCX 024100-1 SECTION 024100 - DEMOLITION: continued

2. Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable. Variations within structure may occur by Owner's removal and salvage operations prior to start of demolition Work. D. Protections: 1. Ensure the safe passage of persons around the area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons. Erect temporary covered passageways as required by authorities having jurisdiction. 2. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structures to be demolished and adjacent facilities to remain. 3. Protect from damage existing finished facilities that are to remain in place and become exposed during demolition operations. 4. Construct temporary, insulated, solid, dustproof partitions where required to separate areas where noisy or extensive dirt or dust operations are performed. Equip partitions with dustproof doors and security locks if required. a. During Lead Paint removal the reservoir, environment and employees adjacent to the tainter gates must be protected from Lead paint debris. (1) Blastox® by TDJ Group and Pretox® by NexTec, Inc. binding agents allowed. 5. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces, and installation of new construction to ensure that no water leakage or damage occurs to structure or interior areas of existing building. 6. Remove protections at completion of Work. 7. Follow federal, state, and local requirements for safety and health, including, but not limited to OSHA lead paint and fall protection requirements. E. Explosives: The use of explosives will not be permitted. F. Traffic: 1. Conduct demolition operations and the removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. 2. The State Highway 28 bridges above the spillway gates shall not be closed, blocked, or obstructed without prior approval of the Oklahoma Department of Transportation (ODOT) and Owner. Minimize the frequency and duration of necessary obstructions to State Highway 28 traffic. Use traffic control devices and methods approved by ODOT during all periods when highway traffic is obstructed. 3. Do not close, block, or otherwise obstruct other streets, walks, or other occupied or used facilities without permission from the governing authority, Engineer, or Owner. Provide alternate routes around closed or obstructed traffic ways if required by governing authorities. 4. Appropriately barricade the area. G. Promptly repair damages caused to adjacent facilities by demolition operations at no cost to Owner. H. Utility Services: 1. Maintain existing utilities indicated to remain; keep in service and protect against damage during demolition operations. 2. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by Engineer, Owner, or authorities having jurisdiction. Provide temporary services during interruptions to existing utilities. 3. Disconnecting and sealing indicated utilities before starting demolition operations shall be done by Contractor.

024100-2 PSGR024100.GRDA.DOCX SECTION 024100 - DEMOLITION: continued

PART 2 - PRODUCTS

2.01 SALVAGE OF MATERIALS: A. All other existing construction and items to be removed shall be considered waste and shall become the property of Contractor. Remove from the Site. B. Contractor shall notify intended landfill of any lead-containing waste to assure disposal compliance. C. See also Paragraph 3.04.A in this Section.

PART 3 - EXECUTION

3.01 INSPECTION: A. Prior to commencement of demolition Work, inspect areas in which demolition will be performed. Photograph existing conditions of structures, surfaces, Equipment, or surrounding properties which could be misconstrued as damage resulting from demolition operations. File with Owner prior to starting Work.

3.02 PREPARATION: A. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structures to be demolished and adjacent facilities to remain: 1. Cease operations and notify Owner and Engineer immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. 2. Cover and protect adjacent structures, fixtures, and other items to remain from soiling or damage when demolition Work is performed in rooms or areas from which such items have not been removed. 3. Erect and maintain dustproof partitions and closures as required to prevent spread of dust or fumes to the rest of the structure and the environment. 4. Establish and implement fall protection methods for the work. B. Locate, identify, stub off, and disconnect utility services that are indicated to remain: 1. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours' advance notice to Owner if shutdown of service is necessary during changeover.

3.03 DEMOLITION: A. Perform demolition in a systematic manner. Use such methods as required to complete demolition indicated on Drawings in accordance with demolition schedule and governing regulations: 1. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. 2. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. 3. Demolition of Roads or Paved Areas: Break up and remove construction including surface, base, and subbase unless otherwise indicated to remain. 4. Fences: Remove fence construction including fabric, posts, other components, and any below-grade construction such as concrete. B. If unanticipated mechanical, electrical, or structural elements which conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Owner and Engineer in written, accurate detail. Pending receipt of

PSGR024100.GRDA.DOCX 024100-3 SECTION 024100 - DEMOLITION: continued

directive from Engineer, rearrange demolition schedule as necessary to continue overall job progress without delay. C. Pollution Controls: 1. Use temporary enclosures and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. 2. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. 3. Clean adjacent structures and area of dust, dirt, and debris caused by demolition operations.

3.04 SALVAGE MATERIALS: A. Salvage Items: 1. Historic artifacts, including cornerstones and their contents, commemorative plaques and tablets, antiques, and other articles of historic significance remain the property of Owner. Notify Owner if such items are encountered, and obtain acceptance regarding method of removal and salvage for Owner.

3.05 DISPOSAL OF DEMOLITION MATERIALS: A. Remove debris, rubbish, and other materials resulting from demolition operations. B. If hazardous materials are encountered during demolition operations, immediately notify Owner and Engineer, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. C. Burning of removed materials from demolished structures will not be permitted on the Site. D. Transport materials removed from demolished structures and dispose of off the Site at a facility properly permitted to receive waste.

3.06 CONNECTIONS TO EXISTING CONSTRUCTION: A. Cut and remove portions of existing construction as required to allow for proper installation of new construction. B. Shore and brace existing structure until permanent supports are completed, and to maintain structure in a safe condition. C. Repair all damage as a result of installation of shoring and bracing. D. Cap, seal, or abandon pipe and cable as indicated.

3.07 CLEANUP AND REPAIR: A. Upon completion of demolition Work, remove tools, equipment, and demolished materials from Site. Remove protections and leave interior areas broom clean. B. Repair demolition performed in excess of that required. Return structures and surfaces that will remain to condition existing prior to commencement of demolition Work. Repair adjacent construction or surfaces soiled or damaged by demolition Work. C. Repair grass areas, curbing and pavement.

END OF SECTION 024100

024100-4 PSGR024100.GRDA.DOCX

Attachment A

Lead Assessment of Pensacola Project Spillway Gates

prepared for

Grand River Dam Authority Langley, Oklahoma

Revision 1 January 2014

Project No. 46374

prepared by

Burns & McDonnell Engineering Company, Inc. Kansas City, Missouri

COPYRIGHT © 2014 BURNS & McDONNELL ENGINEERING COMPANY, INC.

INDEX AND CERTIFICATION

Certification

As a Certified Industrial Hygienist and Certified Safety Professional, I hereby certify that the information in the document was assembled under my direct personal charge. This report is not intended or represented to be suitable for reuse by the Grand River Dam Authority or others without specific verification or adaptation by the Certified Industrial Hygienist. This certification is made in accordance with the provisions of the Codes of Ethics of both the American Board of Industrial Hygiene and the Board of Certified Safety Professionals.

Rudy Leutzinger, CIH, CSP Burns & McDonnell Engineering, Inc.

Date: October 3, 2007 (Reproductions are not valid unless signed, dated, and embossed with CIH’s seal)

LIMITATIONS ON USE OF REPORT

This Survey Report (Report) has been prepared for the sole use of the Grand River Dam Authority. The use of and reliance on this Report by any other person or entity is not authorized without an agreement between the user and Burns & McDonnell Engineering, Inc. Without such an agreement, the use of this report by an unauthorized user is for their information only and will be solely at the unauthorized user’s risk.

The conclusions in this Report have been based, in part, on information obtained from third parties and a visual assessment of the site. Unless noted, Burns & McDonnell Engineering, Inc., has not independently evaluated or verified the accuracy or completeness of such third party information. Visual observations of the site only represent conditions at the time of the site visit. Burns and McDonnell Engineering, Inc., makes no warranties that the on-site observations made during the survey are representative of historical or future conditions at the site. Services and this Report were completed at the level customary for other prudent and competent professionals performing such services under similar conditions. Burns & McDonnell Engineering, Inc., makes no other warranty, expressed or implied.

Grand River Dam Authority Lead Assessment Pensacola Dam Table of Contents

TABLE OF CONTENTS

Page No.

1.0 EXECUTIVE SUMMARY ...... 1-1 2.0 BACKGROUND ...... 2-1 2.1 Scope and Limitations...... 2-1 2.2 Description of Spillway Gates ...... 2-2 2.3 Hazards Associated with Lead ...... 2-2 2.4 Analysis of Samples ...... 2-3 3.0 LEAD INSPECTION AND LABORATORY REPORT ...... 3-1 3.1 Sampling Procedure ...... 3-1 3.2 Laboratory Analysis ...... 3-2 4.0 RESULTS AND RECOMMENDATIONS ...... 4-1 4.1 Results ...... 4-1 4.2 Conclusions and Recommendations ...... 4-3

APPENDIX A – LABORATORY RESULTS, CHAIN OF CUSTODY, OBSERVATIONS

* * * * *

Grand River Dam Authority TOC-1 Burns & McDonnell

1.0 EXECUTIVE SUMMARY

At the request of the Grand River Dam Authority (GRDA) Pensacola, Oklahoma, a survey was completed of the surfacing materials on the Project’s spillway gates on the Grand Lake O’ the Cherokees (Grand Lake). Due to deterioration, the GRDA intends to resurface both the upstream and downstream sides of the spillway gates. This report identifies the concentration of lead in the surfacing materials presently on the gates and provides guidance in safeguarding the health of workers engaged in the removal project.

Bulk samples of paint from the downstream side of the gates and coal tar from the upstream side were collected and sent to an accredited lab for analysis. Results showed that both the paint and the coal tar samples contain small amounts of lead. The paint samples ranged between 0.075% and 0.16% with an average of 0.12%. The tar samples had lesser concentrations of lead ranging between 0.0029% and 0.0040% and averaged 0.0033%. Although these concentrations of lead are relatively small, the Occupational Safety and Health Administration (OSHA) considers any detectable quantities in surfacing materials to be positive. All of these samples contained lead. Removal of these materials will require the use of controlled, lead-safe written procedures, with waste being collected for proper storage, transport, and disposal as required by applicable state and federal regulations. * * * * *

Grand River Dam Authority 1-1 Burns & McDonnell

2.0 BACKGROUND

The Grand River Dam Authority (GRDA) is an agency of the state of Oklahoma, created by the Oklahoma Legislature in 1935 to be a "conservation and reclamation district for the waters of the Grand River." GRDA fulfills its responsibilities by operating three hydroelectric facilities, and managing two lakes, along the Grand River system. These facilities, along with the GRDA Coal- Fired Complex (thermal generation), combine for a total generation capability of 1,480 megawatts (MW). GRDA transmits and delivers this wholesale electricity across its 24-county service area in Northeast Oklahoma. GRDA sells electricity to three customer classes: municipals, electric cooperatives and industries.

Located in the heart of Oklahoma’s “Green Country,” Pensacola Dam and the Grand Lake O’ the Cherokees provide flood control for the Grand River and produce hydroelectric power for the GRDA. “The Grand River Project” was the first hydroelectric system in Oklahoma. Funding for the project was approved by President Franklin D. Roosevelt on September 18, 1937 and surveying began on October 25th of that year. The first of 510,000 cubic yards of cement was poured on December 30, 1938, which initiated a 24 hour-a-day 20 month continuous pour. The dam final openings were closed on March 21, 1940, and the entire contract was completed by Massman Construction Company of Kansas City, Missouri, on October 4, 1940. Pensacola Dam with its 51 arches and 21 spillway gates is listed on the National Register of Historic Places. The Pensacola Project also includes two auxiliary spillways that are located east of the main dam in Disney, Oklahoma. East Spillway No. 1 (Middle Spillway) contains 11 gates and East Spillway No. 2 (East Spillway) contains 10 gates.

2.1 SCOPE AND LIMITATIONS The spillway gates were last serviced about 30 years ago. The coal tar at and below the normal waterline on the gates is deteriorating and the painted surfaces on the downstream side are also showing signs of wear. To remedy these deficiencies, the GRDA is preparing to remove the paint and coal tar and resurface the spillway gates.

Grand River Dam Authority 2-1 Burns & McDonnell

The GRDA contracted with Burns & McDonnell Engineering Company, Inc., (Burns & McDonnell) to collect samples of paint and coal tar from the respective surfaces of a representative number of gates prior to beginning removal activities. Results of the survey report will be used in formulating a specification for removal of the materials by subsequent contractors as part of the repainting project. (This report is a health-based report and does not address the collection, storage, transportation and disposal of the removed materials. The removed materials will be classified as either a hazardous waste or a non-hazardous industrial waste. Commensurate consideration should be given in any subsequent specification to the handling of the removed material.)

2.2 DESCRIPTION OF SPILLWAY GATES There are three groups of spillway gates that control the release of water from Grand Lake. The main spillway in Pensacola Dam contains 21 gates measuring approximately 25 feet high by 36 feet wide. The Middle and East Spillways are located about a mile east of the dam along State HIghway 28 in Disney and contain 11 and 10 gates, respectively. These gates are smaller - measuring about 37 feet wide but only 15 feet high.

All of the gates were covered on the upstream side with coal tar which appeared to be trowelled on to a thickness of about one-eighth of an inch. Due to the water level, only the top 5 feet of the gates were visible from the upstream side and the tar appeared to be in very good condition. If the distribution of the coal tar is uniform, there would be about 305.6 cubic feet of material to be removed {[(21)(25’x36’)+(21)(37’x15’)](0.01’)}.

The downstream side of the gates was covered in a white paint. The paint covered not only the gates surfaces but had been used on the I-beams and other structural supports. It was obvious that the paint was weathered since touching the paint left a white residue on the object used to touch it. There were some areas where rust was visible and maintenance was needed.

2.3 HAZARDS ASSOCIATED WITH LEAD Of the overexposures in industry, lead is one of the most common and is a leading cause of workplace illness. Therefore, the Occupational Safety and Health Administration (OSHA)

Grand River Dam Authority 2-2 Burns & McDonnell

established specific regulations to protect construction/demolition personnel from overexposure to lead (e.g. 29 CFR 1926.62). The OSHA lead standard for construction considers paint samples positive for lead if any reportable lead levels are detected. Demolition/renovation activities on lead-containing materials generating lead dusts or fumes create potential employee lead exposures that must be monitored and controlled by the contractor. Those regulations must be followed when performing any work that may potentially disturb lead-containing paint, no matter the level of lead present. Lead has no useful purpose in the body and in particular, can cause damage to the nervous system, reproductive system, and/or kidneys.

Lead poisoning is the leading environmentally-induced illness in children. At greatest risk are children under the age of six because they are undergoing rapid neurological and physical development. Therefore, efforts must be made to prevent lead dust/fumes from being unintentionally carried home on workers clothing, shoes, etc.

2.4 ANALYSIS OF SAMPLES

The Toxicity Characteristic Leaching Procedure (TCLP) was not recommended. TCLP is a soil sample extraction method for chemical analysis that simulates leaching thru a landfill. The leachate—not the original sample—is analyzed for hazardous substances. TCLP is generally appropriate for testing of sludge and classifying waste material for disposal options. For RCRA hazard determination, liquid and solid samples should be analyzed by SW-846 methods. These methods identify the concentration of a contaminant in a given sample. Based on initial test results, it may or may not be profitable to run further tests. It is not advisable to run unnecessary tests. For example, a solid sample with a total barium content below 2,000 mg/kg cannot yield enough barium (even if it were all soluble) to exceed the RCRA regulatory limit of 100 mg/L if tested by TCLP. In fact, for any RCRA toxicity characteristic sample, if the total contaminant content of a solid sample (mg/kg) does not exceed 20 times the RCRA regulatory limit (mg/L), it is unnecessary to run the TCLP (see TCLP Questions at www.epa.gov/SW-846/faqs_tclp.htm). The lead content in a solid sample must exceed 100 mg/kg. Table 2.1 identifies common chemicals assessed in a TCLP.

Grand River Dam Authority 2-3 Burns & McDonnell

Table 2.1: Common TCLP Chemicals EPA Hazardous Waste # Constituent Regulatory Level (mg/L) D004 Arsenic 5.0 D005 Barium 100.0 D018 Benzene 0.5 D005 Cadmium 1.0 D019 Carbon Tetrachloride 0.5 D020 Chlordane 0.03 D021 Chlorobenzene 100.0 D022 Chloroform 6.0 D007 Chromium 5.0 D026 Cresol 200.0 D023 o-Cresol 200.0 D024 m-Cresol 200.0 D025 p-Cresol 200.0 D016 2,4-D 10.0 D027 1,4-Dichlorobenzene 7.5 D028 1,2-Dichloroethane 0.5 D029 1,1-Dichloroethene 0.7 D030 2,4-Dinitrotoluene 0.1 D012 Endrin 0.02 D031 Heptachlor (and its epoxide) 0.008 D032 Hexachlorobenzene 0.1 D033 Hexachloro-1,3-butadiene 0.5 D034 Hexachlorothane 3.0 D008 Lead 5.0 D013 Lindane 0.4 D009 Mercury 0.2 D014 Methoxychlor 10.0 D035 Methyl Ethyl Ketone 200.0 D036 Nitrobenzene 2.0 D037 Pentachlorophenol 100.0 D038 Pyridine 5.0 D010 Selenium 1.0 D011 Silver 5.0 D039 Tetrachloroethene 0.7 D015 Toxaphene 0.5 D040 Trichloroethene 0.5 D041 2,3,5-Trichlorophenol 400.0 D042 2,4,6-Trichlorophenol 2.0 D017 2,4,5-TP 1.0 D043 Vinyl Chloride 0.2 If o, m, p-Cresol concentrations cannot be differentiated, the total Cresol concentration is used. Total Cresol regulatory level: 200 mg/L * * * * *

Grand River Dam Authority 2-4 Burns & McDonnell

3.0 LEAD INSPECTION AND LABORATORY REPORT

3.1 SAMPLING PROCEDURE The purpose of collecting bulk samples was to determine, through laboratory analysis, if either the paint or the coal tar contained lead. It was also desirous to know if the surfacing materials on each gate were of the same general composition as had been reported by the GRDA but no confirming data was available.

On July 19, 2007, with the assistance of GRDA employees, Burns & McDonnell’s Certified Industrial Hygienist (CIH) boarded a boat and motored to the gates. The first samples were obtained from the upstream side of the spillway gates. All of the gates were observed to determine if there were any noticeable differences in the color or texture of the surfacing material. No differences were discernible and a decision was made to sample about 10% (5) of the gates. Randomly, coal tar samples were taken from gates #21, #15, #3 on the main dam, gate #32 on the Middle Spillway, and gate #37 on the East Spillway. (The spillway gates are numbered continuously across all three spillways from west to east. Thus gates 1-21 are in the Pensacola Dam, gates 22- 32 are in the Middle Spillway, and gates 33-42 are in the East Spillway.) The coal tar samples were collected by using a hammer and chisel to chip pieces into a clean plastic bag which was taped under the sampling area. The tar adhered to the gate and about 10 minutes of chipping produced only a few grams of material. The chisel was sharpened and wiped with an alcohol swab between each sampling exercise.

Observations of the painted surfaces seemed to indicate that all paints were the same materials and wear. Samples were obtained on the back side of the spillway gates by affixing a clean plastic bag to the gate and scraping off the paint with a chisel. This process allowed a greater volume of paint chips to be captured, although the weight was about the same. The most difficult part of this procedure was mounting the gate and finding a safe—although precarious— perch to scrape off a sample, while using appropriate fall protection and being tied-off. Once obtaining a foothold, the paint was readily removed. Again, the chisel was wiped with an alcohol swab between scrapings. Again, five gates were sampled: #2, #7, #21, #23, and #33.

Grand River Dam Authority 3-1 Burns & McDonnell

One of the primary factors in choosing these gates was that a dry path could be found to get to the gate itself.

All samples were placed in a cooler with ice immediately. A composite sample was formed by removing a small amount of the material from each of the coal tar samples in the hope of analyzing for semi-volatile compounds. The analytical lab indicated that the accuracy would not be good with such a small quantity and it was mutually agreed between GRDA and BMcD to forfeit this sample.

3.2 LABORATORY ANALYSIS The samples and chain-of-custody form were sent to Environmental Hazards Laboratory, Richmond, Virginia, for analysis. This laboratory is recognized under the US Environmental Protection Agency’s (EPA) National Lead Laboratory Accreditation Program (NLLAP) and is accredited by the American Industrial Hygiene Association. Samples #1, #2, #3, #4, and #5 were analyzed by EPA method SW846 3050B/6010B for silver, arsenic, barium, cadmium, chromium, lead, and selenium and by EPA method SW 846 7471A for mercury. Samples #6, #7, #8, #9, and #10 were EPA method SW846 7420 for lead only.

* * * * *

Grand River Dam Authority 3-2 Burns & McDonnell

4.0 RESULTS AND RECOMMENDATIONS

Copies of the laboratory results and chain-of-custody forms are in Appendix A. Tables 4.1 and 4.2 summarize the data for the coal tar and paint.

4.1 RESULTS The laboratory results indicate that all of the samples contain lead at levels greater than the laboratory’s detectable reporting limits. According to guidelines established by the Lead-Based Paint Poisoning Prevention Act 42 U.S.C. 4822(d)(2)(A), a value greater than 0.5% is considered to be positive for lead and is commonly followed for commercial and public buildings in determining when lead abatement is recommended. None of the samples contained that concentration of lead. However, the OSHA lead standard for construction—29 CFR 1926.62— considers paint samples positive for lead if any levels are reported by the laboratory. The OSHA standard applies to bulk and wipe samples and is the most restrictive standard. Removal of these surfacing materials is not required under a standard but, if the materials are to be removed, employees must be protected from exposure to lead under OSHA.

A summary of the laboratory analysis for the coal tar samples taken on the upstream side of the gates is provided in Table 4.1. Barium and lead were detected in very small quantities in each sample. The range of lead varied from 29 mg/kg to 40 mg/kg. Barium ranged from 31 mg/kg to 35 mg/kg. No other metals were found to be present. These data support the contention that the coal tar surfacing material is identical for the 42 gates.

These trace concentrations are above the detectable limits for the laboratory analysis. As lead has been detected in the coal tar (regardless of the level), removal of the coal tar requires that employees be protected until the employer performs an exposure assessment. Such an assessment would document that work practices and controls maintain the level of airborne exposure below the OSHA Permissible Exposure Limit (PEL) of 50 μg/m³ and the Action Level of 30 μg/m³. Until then, exposure assessment requires that full shift air monitoring be preformed. It should also be noted that these levels did not exceed 20 times the EPA regulatory limit (or 100 mg/kg). Therefore, TCLP sampling should not be necessary, but may be required

Grand River Dam Authority 4-1 Burns & McDonnell

by the landfill prior to disposal. [Even if not required by the landfill, GRDA’s Environmental Department recommends that the material be tested prior to its release from the site.]

TABLE 4-1: COAL TAR SAMPLE RESULTS July 19, 2007 Lead Results Barium Results Sample # Sample Location/Time mg/kg (%) mg/kg (%) 1 Gate # 21/7:59 AM 29 (0.0029) 35 (0.0035) 2 Gate # 15/ 8:08 AM 40 (0.0040) 32 (0.0032) 3 Gate # 3/ 8:18 AM 34 (0.0034) 31 (0.0031) 4 Gate # 32/ 8:35 AM 31(0.0031) 31 (0.0031) 5 Gate # 37/ 8:43 AM 32 (0.0032) 35 (0.0035) Average 33.8 (0.0034) 32.8 (0.0033)

White paint samples on the downstream side of the gates also detected lead—Table 4.2. The samples ranged from 0.075 % to 0.16% lead. The three highest concentrations—sample #6, #7, and #8—were all taken from the main dam spillways. It was noted during the removal of the paint samples that samples #6 and #8 had some orange flecks which may have been residual from a previous primer that was not completely removed. These samples did have concentrations that exceeded the EPA regulatory limit by far more than 20 times and, unless other data has been previously obtained, will require TCLP testing.

TABLE 4-2: WHITE PAINT LEAD SAMPLE RESULTS July 19, 2007 Sample Results Results Results Sample Sample Location/Time Weight (g) (%) (μg) (mg/kg) 6 Gate # 2/ /10:17 AM 0.201 0.15 301.5 1,500 7 Gate # 7/ 10:37 AM 0.207 0.16 331.2 1,600 8 Gate # 21/ 10:54 AM 0.300 0.11 330.0 1,100 9 Gate # 23/ /11:16 AM 0.228 0.083 189.2 830 10 Gate # 33/ /11:29 AM 0.200 0.075 150.0 750 Average 0.227 0.12 272.4 1,200

Grand River Dam Authority 4-2 Burns & McDonnell

4.2 CONCLUSIONS AND RECOMMENDATIONS

1. Based on this analysis, the concentrations of lead and barium indicate that the coal tar on all of the sampled gates was from the same batch. The same conclusion can be drawn regarding the white paint on the downstream side of the gates—it is from the same batch. This confirms the anecdotal testimony of GRDA personnel.

2. Both types of surfacing materials—paint and coal tar—tested positive for lead in trace amounts. The presence of lead means that any employer/contractor performing removal prior to repainting is required to make provisions for worker protection by complying with OSHA regulations, 29 CFR 1926.62, Construction Standard for Lead. This will require the implementation of protective measures until full-shift testing determines that exposure levels are below the OSHA Action Level.

3. The coal tar on the Pensacola Dam gates does not contain a high enough concentration of either barium or lead to warrant TCLP testing for those metals—pending requirements of the intended landfill. However, benzene is a common constituent of coal tar and may leach (see Table 2.1). Following removal of the coal tar, a sample should be forwarded to a reputable laboratory to determine if benzene is present and its concentration. If it is present in a concentration of or near 10 mg/kg, a TCLP test should be completed for benzene.

4. Lead paint samples averaged 1,200 mg/kg of lead. This exceeds the testing level of 100 mg/kg and thus requires that a TCLP be used to test removed paint debris for the potential for leaching of lead.

5. Do not label any removed tar or paint-chip debris as waste, and especially not ‘hazardous waste’ unless a TCLP test identifies it as such. The removed material should be called “used paint” or “used surfacing material.” The removal operations will serve to dilute and allow for volatilization of compounds. (These materials can be stored for up to 90 days.)

Grand River Dam Authority 4-3 Burns & McDonnell

6. Consideration should be given to adopting a procedure that would simply wash the downstream side of the gates, address rusty areas with special procedures, and encapsulate the remaining painted surfaces. This would eliminate the need to blast the entire structure and risk generating a cloud of contaminated dust. Regardless of the procedure used, all material that is removed from the gates should be captured and disposed of in a proper manner.

7. A specification should be available which identifies the necessary requirements for removal of the lead containing surfacing material.

* * * * *

Grand River Dam Authority 4-4 Burns & McDonnell

APPENDIX A LABORATORY RESULTS, CHAIN OF CUSTODY FORMS, OBSERVATIONS

c:-:: ENVIRONMENTAL HAZARDS SERVICES, L l.C. J'.419 w111IE PINE ROAD .RJCfiMOND, YA 23257 Sll4~T6 471S FA)I. S04-275-49

PPJ"'1" MET~Lll fiMAL.l'll!!! SYk!MARY

CLIENT: Bunte: ai .Mc.l):.cu'ii!U t:QM.i..J1H 1~« 0:.iNP~.t (I):. DA.Tl! Of Sli.MPllNO; 19Jul 3C"l1 ~WU Wanl F&! k•-..r DllTE Of RliCEIPT: 2;; Jul :MJ·: I<•"'"" '111.y, MO S-1114 DATE OF AN.A.l.Ys.1': .31.Jn', ~)i' DAT!! Of' l'tl!'PORT. ol l:il 3(-.>1

CU~T NUMPl!P: ~ti..~•1• n EHS PROJF=CT I: ~ tl7 2612 PROJECT; <1697t

EMS lf-~LE #: ?,or.,':'.. ,,, .,.,.1z.01 Cl IFNT SAMl'L!!: lie I SAMPLE WEIGHT(~): v.~;!

ANALYTE CONCENlRATIQN METHOD R!:'PORT MDL PpM hDP' I If!!!! !up) tual

SlLV!:at f.A~ <'1 EPA 3W&!e 3000l!i61Jl ruJ 10 u.:.~ A!15nl!r. , •.•) ·~l EI'A svnuo 30EO!'.t60J '>~ In 0.154 i;1uut'M (II«1 av F.P.~ ~WFM& 3•J003/80t0B :C• O.lri4 l,;AVNl U:M (CJ) "<..."'".t EJ'.1 SW!!-1$ 90~-0.lJilJ(J LU!l lV 'l.- CllOOvm:M

EMS Sll*'L.£ #; 2007..(i';.2,Gl.l-(.Ot CLIENT SAMPLt:. t:: 2 SAMPU' W'1C"

ANALYTE CONCC:M I KA 1 IOH MCTI IOD Rl!PORT MDt.. PfM Cmgl'kq I ll!!!! (Ul'll (119 1

ST.I :vF;P. (,\ sl ..e« l':l'A !;WS) ;(J l:l"A f!'l\'P.46 301\0'.alt'OlOB 10 O.C

- PAG~ 01 of Gl ·•

ENVIRONMENTAL HAZARDS SERVICES, LL.C. CUl!HT HUll!IU: iPl:iLt D £M<:I ~t

EHS SllNPLi. #: ~007-(•'7-,?i>ll'. n.' f..'\.IENT SAMPLE «: a $,AMPLE W EIGHT {v): C•.$:.S

A/t.. I YTk CONCCN I MA flON METMOO Hl:PO~T 111101 PPM fml!l!

    Grt.VF.R { Ae) ·•2$ EPA .;~,~~ ~XORl~1C'IK 10 0:1:.. ARSl!S!C ~\,~ .,,. ~:t'A SW!Hij :K!OOBiWlUD Iv f\.~4 MKl~J\D.; a1 ID'A ;,;\.\ib-lO ;JUb:.t'JtlOJOlt .., C.07". c.•.m.m:t.• \C".dl ·'28 y.p~ R\VA) it n'ASW84S 3'W''R....,10R 10 ll.ti"j ST.1.7:1'1'1J M (30)

    EHS llAllWL>' ii: 'JOO"'r .n1 24; 12 1)1 Ct.lf'HT SAMPLE #; ·1 !IAlllPLE WUIHT (9): \Ullo

    ANALYTE CONQ!NTAATION Nl!THOtl nl".J'O"T lllDL l:l:n!l lmW!rlll I.Hz!!! iYBl (ulll..._

    SIJ,V Ji!! (A,1 ~'4 El'.A 3\\"clo~ 3Cl~·OlllOO I OR 10 O.;G AD~&l\,C (..\t; .. ;21 F.f'8 !lWI!•~ 4 n.A11.ll TM' (Bo) ~l F:P.'\ S\\'MS 30.SO~:Wl~JS lV 0 1);'4 <:AJJ.W'J-' U C.U -~ U.A.G~·~I'.'• :t3~fV«1 1nR 1~ 0.0·1!! CJmONil.11.( ' "") ..;2~ l!!'A SWUll'WIM'I 10 0.611 l:J.1£Ll>l\.IL1.l 1:i..) ..! .. J:,,f'/. £:\VO"-~ at•&OJ.\f9"1 I or. 10 0.111 =icr.mv iFIP.i •<0..17 '1.P1\ S\VJ;•1ii; 74 ?1A v:1u 4' ~ 1

    I'~ SAUi>LE I: i'OC>i'--O:-~~..(I.~ CUENT SAIFL£ • : .. S,Ullr'lE ~.MT (g)• CM'3

    AN-..YTE <:ONCEHTRAT10N llllEniOD 1

    ~II.VF.R (,\ ;j ~"11116010B lO U.llH LEAD (I'll) S2 !PA S\>816 30lOllo'C!Ol OEI l ., nM ~ P.J ,Fa'IIL'M /~") <2:?. !SKA SW1'4t) oo r.OIV<'on lnR 10 0.'7a )JJAl(\)LI{(\' (I I~) f'.()A. 1 PIP~ i<'l'<'lw.i 701.A O. !.O 0.l'.12.l

    c:-:: ENVIRONMENTAL HAZARDS SERVICES, LL.C. CUEl>IT NUMSER: !l U-~::. 1 a D EH S PROJ eO:: T #: .2CIO'i-07·~1"il ~ P RO.IEC:T: .ill3'14

    Al'lAl.1'$1: Dn<'.d l:l\ ~~~'-. :f'l.c.~..1.u. .: :J.. : ReYU:wM ay Authora:ed Siwru.Lory:__ lJ ( ~---- u,,,JM,1 A. 41MW. J,f1>1! ~"7 ~°"

    '°'""""'"i;lfiU ,.....i 1~U~ J :., r.-.m-:Q..,..,'1.f, A#"~"''-".$-&!nun! r,y,n/_~ ~u.J X11 . Jf':I. s. ,.~· ChfAl rti

    t h •• rnntbM Mi:: bacn vtilldat•d i'ot' •:.1tU1lr, Wt!i\fl'rtti ot o.o~ or ~r. wt'lff'I aample:J with• wciutitvf ..-u ..,. O..n art enel)IUd Cho:ic n:;iutW '41 uut_.;w Dl th~ •'°'* at a e

    Swn~~ ;("""'116. .S.0 o61.d wittl 11 ·1·~• ~- (M'h:4lll1r .-.et"'1. i'..-rrl G'I s. 100rrJ w~ .J~.ilit.

    Tho. ~i'tiof'I afh •M"tJllH ~ ~ ,, o• 4 '*'upon '90llot '*' lillbor~p f..11(-0kicol •'6tff ot~~ f'IOfed on thlS

    R~ ·~'eft sriA!I 1ltlf "tf'I ~JtM, c:a::c:Y. in U . "'41hv.ti U. WtiUl.f ~~of C1wirwlm.r11.W tat:~<'f. i;-~ I I C:.. ·Cabtcr.T.- 11 (.;ent~ ·~1 n NY EL.A)I: 1'11Ti-4 LtlJt.N:..l 0 • Otlillm '.Jl1 = tnit:l:J\J"'..1111 PPm = ~. ~r mlll">!'\ , ml• ml!!!!tilf 111W = millii11i(71t fY Ywl•lfl l\tCIL • trC\tfi~. ,,, ill!,,1,.,."'"""-".,11 m,.,,_n------p•1n11 ic1tr.AotM.':P '.JI RTl\IOIFE!8l.OOS."R S\ '3/ta - PAGE 0 $ of 03 ··ENO OF RCPUH I -

    c-;:

    ENVIRONMENTAL HAZARDS SERVICES, L.LC. 7"49 WHrT!. PINE ROAD ~ RIC:HMONb, VA Z32l7 S~1S..t.73tl l·AA ~04-·:l7 S-1 907

    LEAD MALY SIS SUMMARY

    CUENT. .l::hA1'.t•"G ~ l\tuJ>uWJ.:.:ll t:1~c::u<1ri.t~ Ci..iwpau.>'. Wu. DATE OF SAMPLING: 1fl .fol 20n; ~.100 w~ :'d J-':uJ:.•'1:l'' DAT!! O~ REC EIP T: ~' ·Juf , 200 7 K'AnsM Cir,·. MO G4lt • OATC or ANALYSIS: 2;, J ul :tt>tr! DATE OF REPORT : ?.G. 1111. 9~)0~

    "LIF.tlT Nl)MSl;R: 26-SSU I'I EHS PROJECT 6: .2007 O'i' Zfi 1 ~ PROJl:.CT: 403?4

    EHS CU ENT SAMPLE CONCENTRATlO t-1 ShMPLEll ·· SJ\MPU::lf WEl<.WT!nl <% BJ,~!Gl! II

    Ill 'v 0.1 ~ oz 7 l),2()i' 0.16

    ()/! ~ o.. ~ r· 0 .1 1

    ~ ~ o.ua o:; LO

    Q UAUJY CON JBQL DATA BATCH#: 0 7:!..1:10'f'P·1 INCLU91Ve. Elis SAMPLE Nl!MBERS: Ol ·O$ In~• C~llf)ratlo:"l v.e:·l'k'~IOI\ ~5'.Qn.Nm Pbl 1r:i~.. n ~o ••r. y Conl.'lulni: C:illbr11:... 1u11' i.:at1i;..r~KJt: V«••~l.>n ~ (o.ouw-m t>UJ 101 % tt«invny Ltlt'Orat<:rj ;)o""ltrr.il SUlM~ .'J!::l.'•... 4 ltecovuj.11..:.lllAJI Kt tiill"'i 1-'Wl'OOcl> U1™r"rc& 1.-1~. :S U.YV l (tp¢ttl~ t..•l'l"lllt ~0-.J;;t Ml:\thn:i nnt"rJlnn I lmll ~-~11e

    Pl>,F.PA!V1110 N Mlm

    ANAL¥ST: Darle.niil Sc.\ilt%

    R9Vl~· ·• d Dy AUU>Ol'fU CI SIAn• torV: '"~.t*U , ·•· , .. ·--~ c ...'2..'-·- ~,._,I· · ~~·:~-· ·•'A< .. . Mir:.~! A. M:J&U..V. MPH, La~:JoMtot:i Di.1T!f:W R'Q:JwM """"''· r,,,.,_: ¥«"V:'~r fr1mv l'°tJ.V"Jtll\~~i, ~liq A.u ;:imrtM r....,,, m:11r..Mr Ut.J, 11,,.J ~I• •\Ci ~.f.tt•l;Ut' (;/JittAl:ll

    - PAGE 01 <>i 02-

    c-;:

    ENVIRONMENTAL HAZARDS SERVICES, L.L.C. CLl ~N r NUf\1!8el\: • 6-~~ 14 " EHS PROJECT ~ ~f.(1 ,- ·.:'17· P.i- 1 1 PROJECT: 4637·1

    Tt1i.,;: ·n• UliOd ha$ ~JI ~l;..bl111J rOC9 ~ulb:s fall D\l~.tde of ttl• 9C009 of accrt

    Sarnpfc ro&J'IZll dCnOlcd ~ o ''lc:;.1 Aa-1" ( -. ) algn ccr.'!llln lc83 11on 2CkJg rote1to ad. t &3 sd on s .ffQnl BSr:iplP. vot.Jme.

    The ';OflclUon uf the !iia71P~ an~ Wil~ :.Jc::i:::ptJtjC upon rc:::cf:)l ~ i::d unk~s o.1he !VJls~ f)Ote4 on ?"JS~ illl:lt1.lll rtsrAJltot IN!: an~ly#* or a.1tm~ •.1!'>~ tiy 1hft ~wu . fiAl'n(lll'I i."'Mlfl')fl, tUlflrlt:rlin, AH-A, vol11tn11 ftfl'". ''"'~ r M!·irlM hy "'" dlf'!nt . ~ tP.pnrt ll~I no! ~ M IVOCr.;)IJf'f ~ Ir t.rl. ¥'tt~11t 1hP. \"""(l!l"l r.11M~nt nt rnvtmnmr:n~ ; 1,,.T11rrl~ ~r.r.trr."'. I t •'.'; f:flll(:>CJ'11 ("'..t'!ntlMlt,...n ...,1l lO NY F=l /\P #1 17 'iA.

    LEGEND \I - U'tltl u~ "' JliGIOl)f'J M1 ppm • po:b~ million ci.= a«!!l!tg Pb = a.C p31r~t.MFSl.20A.::lalA:l7W.F(20Ctl~l!'/21t\olR1 - PAGE 0 2 Of 02 - :END OF REPORT -

    ~ •. "0

    Bur ns & l\1cDonnell Observation f orm 9+00 Ward Parkway K:msas City. MO 6+1U

    Project NruneJLocatiou: Grand River Dam AulhoritYfPemacola. OK Project l\umbe r: _ __,.46.,.3 ...... 74-,_3..,_.0 ,.___ Sampled by: R. Leulzin!!er Sampling Date: ---"J""ul,..v.... l=-9 ..... 2""00""'7.._

    C-0ntaminant;/Analysis: _ __.Le=ad""'(.,,a,..ll"';a"'m,,.p"'le;"'•..._) a,,,n,,,,d"'R.,,CR.i=~->-=m,,_eta=ls_,,,fa,,,a.,.m,.,p..,k~; '""li ._l-:..51.______

    Temperature: ~H=o~t___ _ %RH Humid Other Bri!!ht Sunshine

    Sample # ObserYa tion.s De;criptionlActivitie; PPEUred SD<'cial l\ores I Gate# 21/coal rar from unstream of daml7:59 A),{ Boat with US Coa;t ~aierial wa; tmiform and veiy hard to 2 Gate# 15/coal tar from UI>stream of damlS:OS A~ Guard flotation remoYe; I 0 to 15 minute> ofpotwding and '~ Gate# 3/coal ilir from uo;tream of dam18:18 .'\M devices available, chipping with a hammer and chisel pro\~ded 4 Gate# 32/coal tar from nnstream of dam1&:35 AM sunglasses, gloves. only a thimbleful of material. Two men Gate ii 37/coal tar from upstream of dam1&:43 AL'J Sunscreen would be held the boat while two others worked at 5 appropriate in the collecting a sample. Chisels were wiped future. \~ith alcohol swabs between each ~mn le. 6 Gate # 2fnaint from downstream of damllO: 17 A~ Harness & lanyard; Paint >ample; were taken from the 7 Gate# 7/paint from downstream of damll0:37 A~ 100% tie-off dom1siream side ofgates thai were up to 30 8 Gate# 21/paint from downstream of dam/10:54 A.~ feet above the grom1d. Scraping was by 9 Gate ii 23/pairu from downstream of damll 1: 16 A.\! hand with chisel;. Red flecks were fo1md Gate ii 33/pa int from downstream of damll 1: 29 A.\! adhering to the gates during ihe scraping of 10 sample; #6 and 8. Comp<1site sample from samples 1-5 Assisted in gathering samples by GRDA employee;: Craig 11 Landnlll.1, David Minson, and Brvon William;.

    Samples ill thm 5 were analyzed for RCRA ~e tals (arsenic, cadmium, chromi111l.1, lead, mercury, se!eni1.llll, SJ1\·er, copper}; samples #6 thru 10 were analyzed for lead only. The analyses \Yere pe!fonned by Environmental Hazard; Laboratory (7469 White Pine Rd., Richmond, VA 2323 7 (800-347-40 I 01804-27 5-4 788}} . The ;amples were sent by o\·eruite delfrery on 7/2 412007. Lead ;ample remits on samples 6 t!rru 10 were available on 7/2712007. Additionally, a small amowit ofe ach of !he coal tar samples was combined to form a composite sample (#11) that was forwarded to Data Chem Laboratory for determination ofs emi-volatiles. This sample was kept on ice, in a freezer, and finally shipped wich an ice pack on 712612007.

    H:tSaferylEW~er/IH Re\' 0-06

    DIVISION 09 - FINISHES

    SECTION 099000 - PROTECTIVE COATINGS

    PART 1 - GENERAL

    1.01 SUMMARY: A. This Section includes coating of tainter gate metal surfaces which are listed in PART 2. B. Coating systems include surface preparation, prime, intermediate and finish coats, inspection, cleaning, and touch-up of surfaces. All are a part of field painting. C. Related Work Specified Elsewhere: 1. Demolition: Specification 024100. 2. Lead Paint Survey: Specification 024100 Attachment A. D. Colors: 1. Color of finish coatings shall match accepted color Samples. 2. When second and finish coats of a system are of same type, tint or use an alternate color on second coat to enable visual coverage inspection of the third coat. When first and second coats only are specified and are of same or different types, tint or use an alternate color on first coat to enable visual coverage inspection of the second coat.

    1.02 REFERENCES: A. Applicable Standards: 1. American National Standards Institute (ANSI): a. A13.1 - Scheme for the Identification of Piping Systems. b. Z53.1 - Safety Color Code for Marking Physical Hazards. 2. American Society for Testing and Materials (ASTM): a. D2092 - Guide for Treatment of Zinc-Coated (Galvanized) Steel Surfaces for Painting. b. D4258 - Surface Cleaning Concrete for Coating. c. D4259 - Abrading Concrete. d. D4260 - Acid Etching Concrete. e. D4261 - Surface Cleaning Concrete Unit Masonry for Coating. 3. Society for Protective Coatings (SSPC) Surface Preparation Specifications: a. SP1 - Solvent Cleaning: Removes oil, grease, soil, drawing and cutting compounds, and other soluble contaminants. b. SP2 - Hand Tool Cleaning: Remove loose material. Not intended to remove adherent mill scale, rust, and paint. c. SP3 - Power Tool Cleaning: Removes loose material. Not intended to remove all scale or rust. d. SP5 - White Metal Blast Cleaning: Removes all scale, rust, foreign matter. Leaves surface gray-white uniform metallic color. e. SP6 - Commercial Blast Cleaning: Two-thirds of every nine square inches free of all visible residues; remainder only light discoloration. f. SP7 - Brush-Off Blast Cleaning: Removes only loose material, remaining surface tight and abraded to give anchor pattern. g. SP10 - Near-White Blast Cleaning: At least 95% of every nine square inches shall be free of all visible residues. h. SP11 - Power Tool Cleaning to Bare Metal. i. SP12 - Surface Preparation and Cleaning of Steel and Other Hard Materials by High and Ultrahigh Pressure Water Jetting Prior to Recoating.

    PSGR099000.GRDA.DOCX 099000-1 SECTION 099000 - PROTECTIVE COATINGS: continued

    j. SP13 - Surface Preparation of Concrete. 4. National Sanitation Foundation (NSF): a. 61 - Drinking Water Treatment Chemicals - Health Effects.

    1.03 SUBMITTALS: A. Submit as specified. B. Includes, but not limited to, the following: 1. Schedule of products and paint systems to be used. Schedule shall include the following information: a. Surfaces for system to be applied. b. Surface preparation method and degree of cleanliness. c. Product manufacturer, name, and number. d. Method of application. e. Dry film mil thickness per coat of coating to be applied. 2. Color charts (hard and digital copy) for selection and acceptance. 3. Technical and material safety data sheets. 4. Certification(s) by coating manufacturer(s) that all coatings are suitable for service intended as stated on each coating system sheet. If manufacturer has an equivalent product as that specified, and it is suitable for the intended purpose, Contractor shall submit the recommended product for approval at no increase in cost, and state reasons for substitution. 5. Contractor shall certify in writing to the Engineer's Consultant that applicators have previously applied all the systems in this Specification and have the ability and equipment to prepare the surfaces and apply the coatings correctly. a. Submittals for industrial maintenance coatings shall be prepared by, or have assistance in preparation of, a corrosion engineer or industrial coatings technical representative of the coating manufacturer.

    1.04 QUALITY ASSURANCE: A. Include on label of container: 1. Manufacturer's name, product name, and number. 2. Type of paint and generic name. 3. Color name and number. 4. Storage and temperature limits. 5. Mixing and application instructions, including requirements for precautions which must be taken. 6. Drying, recoat, or curing time. B. Prepainting Conference: 1. Before Project field painting starts, representatives for the Owner, Contractor, coating applicator, and coating manufacturer's technical representative shall meet with Engineer. 2. Agenda for the meeting will include details of surface preparations and coating systems to ensure understanding and agreement by all parties for compliance. C. A coating report shall be completed daily by Contractor at each phase of the coating system starting with surface preparation. These shall be submitted on the form attached at end of this Section. D. In the event a problem occurs with coating system, surface preparation, or application, Contractor shall require coating applicator and coating manufacturer's technical representative to promptly investigate the problem and submit results to Engineer.

    099000-2 PSGR099000.GRDA.DOCX SECTION 099000 - PROTECTIVE COATINGS: continued

    E. Specified VOC content shall mean unthinned maximum VOC certified by manufacturer. VOC content as a result of thinning shall not exceed that allowed by federal or local environmental regulations.

    1.05 DELIVERY, STORAGE, AND HANDLING: A. Delivery of Materials: 1. Deliver in sealed containers with labels and information legible and intact. Containers shall also have correct labels with required information. 2. Allow sufficient time for testing if required. B. Storage of Materials: 1. Store only acceptable materials on Project Site. 2. Provide separate area and suitable containers for storage of coatings and related coating equipment. 3. Dispose of used or leftover containers, thinners, rags, brushes, and rollers in accordance with applicable regulations.

    1.06 REGULATORY REQUIREMENTS: A. In addition to requirements specified elsewhere for environmental protection, provide coating materials that conform to the restrictions of the U.S. EPA and the local and regional jurisdictions. Notify Engineer of any coating specified herein that fails to conform to the requirements for the location of the Project or location of application. B. Lead Content: Use only coatings that are totally lead free except for zinc-rich primers which shall not have a lead content over 0.06% by weight of nonvolatile content. C. Chromate Content: Do not use coatings containing zinc-chromate or strontium chromate. D. Asbestos Content: Materials shall not contain asbestos. E. Mercury Content: Materials shall not contain mercury or mercury compounds.

    1.07 PROJECT CONDITIONS: A. If spray-applied, paint could contaminate adjacent building surfaces or vehicles near site. All containment precautions and application methods shall be taken into consideration and implemented to prevent the above from occurring. B. Contractor must protect all mechanical equipment, controls, valves, etc. during surface preparation procedures and coating application.

    PART 2 - PRODUCTS

    2.01 ACCEPTABLE MANUFACTURERS: A. Proprietary names and product numbers are specified in most systems for material identification from these manufacturers: 1. Sherwin-Williams. 2. Tnemec Company, Inc. 3. Or Engineer approved equal.

    2.02 GENERAL: A. Materials furnished for each coating system must be compatible to the substrate. B. When unprimed surfaces are to be coated, entire coating system shall be by the same coating manufacturer to assure compatibility of coatings.

    PSGR099000.GRDA.DOCX 099000-3 SECTION 099000 - PROTECTIVE COATINGS: continued

    C. When shop-painted surfaces are to be coated, ascertain whether finish materials will be compatible with shop coating. Inform Engineer of any unsuitable substrate or coating conditions.

    2.03 EXTERIOR SURFACES TO BE COATED: A. Item: (42) Tainter Gates - All sides.  Main Spillway - 21 gates (36' W x 25' H).  East Spillway No. 1 (Middle Spillway) - 11 gates (37' W x 15' H).  East Spillway No. 2 (East Spillway) - 10 gates (37' W x 15' H). 1. Provide the following Tnemec product or Engineer approved equal: a. EXISTING COATING CONTAINS LEAD PAINT. Refer to Specification 024100. b. Surface Preparation: SSPC-SP 5 White Metal Blast Cleaning. c. Prime Coat: Series 91-H20 Hydro Zinc at 2.5-3.5 mils DFT. d. Intermediate Coat: Apply one coat of Series 22 Epoxoline at 16.0-25.0 mils DFT. (1) Minimum coating temperature 50°. @50° - 7 Days Cure to Service. For low temperature application use Series FC22 Epoxoline. e. Finish Coat: Apply one coat of Series 740 UVX at 3.0-5.0 mils DFT. B. Item: Stenciled Numbers and Arrows on Existing Concrete - As indicated on drawings. 1. Provide the following Tnemec product or Engineer approved equal: a. Surface Preparation: Power wash, clean and dry. b. Minimum One Coat: Series 1028 Enduratone at 2.0-2.5 mils DFT.

    2.04 SURFACES NOT TO BE COATED: A. Do not field paint any of the following items unless specifically noted otherwise: 1. Factory finished equipment, except for touch-up. Equipment manufacturer to provide touch-up paint. Field coat shall match existing where applicable. 2. Metal surfaces of aluminum, stainless steel, copper, bronze and similar finished materials, except where noted. 3. Heating and ventilation system, except as noted. 4. Interior and exterior PVC/CPVC and HDPE piping.

    2.05 COLOR: A. Color of Tainter Gate: 1. General: a. Color to be selected by Engineer/Architect from selected manufacturer provided, standard hard copy color chart.

    PART 3 - EXECUTION

    3.01 SURFACE PREPARATION: A. Prepare surfaces for each coating system conforming to SSPC or ASTM surface preparation specifications listed. 1. If grease or oils are present, SSPC-SP1 shall precede any other method specified for metal substrates. 2. Remove surface irregularities such as weld spatter, burrs, or sharp edges prior to specified surface preparation. B. Depth of profile will be as specified or as recommended by the manufacturer for each system, but in no instance shall it exceed one-third of the total dry film thickness of complete system.

    099000-4 PSGR099000.GRDA.DOCX SECTION 099000 - PROTECTIVE COATINGS: continued

    C. Prepare only those areas which will receive the first coat of the system on the same day. 1. On steel substrates, apply coating before rust bloom forms.

    3.02 APPLICATION: A. Apply coatings in accordance with coating manufacturer's recommendations. B. Use properly designed brushes, rollers, and spray equipment for all applications. C. On unprimed surfaces apply first coat of the system the same day as surface preparation. 1. For tainter gates selected for structural inspection there may be a day delay between surface preparation and coating that would require reprepping the gate. D. Dry film thickness of each system shall meet the minimum specified. Maximum dry film thickness shall not exceed the minimum more than 20% or coating manufacturer's requirements if less. Where a dry film thickness range is specified, the range shall not be less than or exceeded. E. Field painting shall remain 3 inches away from unprepared surface of any substrate such as areas to be welded or bolted. F. Environmental Conditions: 1. Atmospheric temperature must be 50ºF or higher during application, unless otherwise approved by coating manufacturer. Do not apply coatings when inclement weather or freezing temperature may occur within coating recoat cure times. 2. Wind velocities for exterior applications shall be at a minimum to prevent overspray or fallout and not greater than coating manufacturer's limits. 3. Relative humidity must be less than 85%. The ambient temperature and the temperature of the surface to be painted must be at least 5ºF above the dew point. 4. Provide adequate ventilation in all areas of application to ensure that at no time does the content of air exceed the Threshold Limit Value given on the manufacturer's Material Safety Data Sheets for the specific coatings being applied. G. Recoat Time: In the event a coating, such as an epoxy, has exceeded its recoat time limit, prepare the applied coating in accordance with manufacturer's recommendations. H. Protection: 1. Cover or otherwise protect surfaces not to be painted. Remove protective materials when appropriate. 2. Contain and legally dispose of paint over spray and lead paint. Protect and prevent paint over spray and lead paint debris from going into surrounding water and environment. 3. Mask, remove, or otherwise protect finish hardware, machined surfaces, grilles, lighting fixtures, and prefinished units as necessary. 4. Provide cover or shields to prevent surface preparation media and coatings from entering orifices in electrical or mechanical equipment. 5. Provide signs to indicate fresh paint areas. 6. Provide daily cleanup of both storage and working areas and removal of all paint refuse, trash, rags, and thinners. Dispose of leftover containers, thinners, rags, brushes, and rollers which cannot be reused in accordance with applicable regulations. 7. Do not remove or paint over Equipment data plates, code stamps on piping, or UL fire- rating labels.

    3.03 INSPECTION: A. Contractor shall provide and use a wet film gauges to check each application approximately every 15 minutes in order to immediately correct film thickness under or over that specified. B. Contractor shall provide and use a dry film gauge to check each coat mil thickness when dry, and the total system mil thickness when completed.

    PSGR099000.GRDA.DOCX 099000-5 SECTION 099000 - PROTECTIVE COATINGS: continued

    C. Use holiday or pinhole detector on systems over metal substrates to detect and correct voids when indicated on system sheet. D. Furnish a sling psychrometer and perform periodic checks on both relative humidity and temperature limits. E. Check air temperature and temperature of the substrate at regular intervals to be certain surface is 5ºF or more above the dew point.

    3.04 CLEANING AND REPAIRS: A. Remove spilled, dripped, or splattered paint from surfaces. B. Touch up and restore damaged finishes to original condition. This includes surface preparation and application of coatings specified.

    END OF SECTION 099000

    099000-6 PSGR099000.GRDA.DOCX COATING REPORT

    Contract Name: ______Contract No.: ______Coating Contractor: ______Foreman: ______

    Unit or Surface Identification: ______Unit or Surface Location: Exterior: ______, Interior: ______

    Surface Preparation: Date ______; Air Temp ______°F; Relative Humidity ______% Method of Surface Preparation: ______Profile achieved ______mils (if applicable).

    Touch-Up: Date ______; Time ______; Air Temp ______°F; Surface Temp ______°F Relative Humidity ______%; Dew Point ______°F Coating Used ______; Dry Film Obtained ______mils.

    First Coat: Date ______; Time ______; Air Temp ______°F; Surface Temp ______°F Relative Humidity ______%; Dew Point ______°F Coating Used ______; Dry Time Before Recoat ______hrs. Dry Film Obtained ______mils.

    Second Coat: Date ______; Time ______; Air Temp ______°F; Surface Temp ______°F Relative Humidity ______%; Dew Point ______°F Coating Used ______; Dry Time Before Recoat ______hrs. Dry Film Obtained ______mils.

    Third Coat: Date ______; Time ______; Air Temp ______°F; Surface Temp ______°F Relative Humidity ______%; Dew Point ______°F Coating Used ______; Dry Film Obtained ______mils.

    PSGR099000.GRDA.DOCX 099000-7

    Burns & McDonnell World Headquarters 9400 Ward Parkway Kansas City, MO 64114 Phone: 816-333-9400 Fax: 816-333-3690 www.burnsmcd.com

    Burns & McDonnell: Making our clients successful for more than 100 years