SPECIFICATIONS AND CONTRACT DOCUMENTS

Killeen,

Robert Gray Army Airfield (RGAAF)

Security Surveillance Improvements at Robert Gray Army Airfield City of Killeen RFP No. 19-10 ISSUED FOR RFP

Garver Project No. 17181082 Project Sponsors:

Prepared For: City of Killeen

November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION I. PROPOSAL REQUIREMENTS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018

SECTION 000001

CERTIFICATIONS

SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD PROJECT GARVER PROJECT NO. 17181082 CITY OF KILLEEN RFP NO. 19-10

I hereby certify that the applicable portions of this project plans and specifications were prepared by me or under my direct supervision and that I am a duly Licensed Engineer under the laws of the State of Texas.

APPLICABLE DIVISION OR SEAL AND SIGNATURE PROJECT RESPONSIBILITY

Derek Mayo, P.E. General Plans and Specifications

Digitally Signed:

Matthew LeMay, P.E. Electrical Plans and Specifications

Digitally Signed:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 000001-1 November 6, 2018

SECTION 000001

CERTIFICATIONS

APPLICABLE DIVISION OR SEAL AND SIGNATURE PROJECT RESPONSIBILITY Michael A. Guzik, P.E. CTI Telecom Plans and Specifications

Digitally Signed

GARVER, LLC CERTIFICATE OF AUTHORIZATION: TX ENGINEERING REGISTRATION NO. F-5713 TX ARCHITECTURAL REGISTRATION NO. 21507

CTI CERTIFICATE OF AUTHORIZATION: TX REGISTERED CONSULTING FIRM B-17368

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 000001-2 November 6, 2018 CITY OF KILLEEN

SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD (RGAAF)

TABLE OF CONTENTS

Description Page No.

I. PROPOSAL REQUIREMENTS Certifications 000001-1 Table of Contents 000010-1 Request for Proposals 010000-1 Instructions to Proposers 010200-1 Bid Bond 010300-1 Proposal 010400-1 Statement of Proposer’s Qualifications 010420-1 List of Proposed Subcontractors 010440-1 Proposer Certifications 010470-1 Proposer’s Checklist 010480-1

II. CITY OF KILLEEN TERMS AND CONDITIONS General Terms and Conditions GTC-1 Conflict of Interest Questionnaire, Form CIQ

III. CONTRACT REQUIREMENTS Contract 010600-1 Performance Bond 010700-1 Payment Bond 010720-1

IV. GENERAL CONDITIONS 010800-1

V. SPECIAL CONDITIONS 010900-1

VI. PROJECT TECHNICAL SPECIFICATIONS

Split-System Air Conditioners 238126-1 Basic Electrical Requirements 260000-1 Low-Voltage Electrical Power Conductors and Cables 260519-1 Grounding and Bonding for Electrical Systems 260526-1 Hangers and Supports for Electrical Systems 260529-1 Raceways and Boxes for Electrical Systems 260533-1 Underground Ducts and Raceways for Electrical Systems` 260543-1 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 260544-1 Identification for Electrical Systems 260553-1 Wiring Devices 262726-1 Lightning Protection for Structures 264113-1 Lighting Poles and Standards 265613-1 Grounding and Bonding for Communications Systems 270526-1 Pathways for Communications Systems 270528-1 Identification for Communications Systems 270553-1 Communications Racks, Frames, and Enclosures 271116-1 Communications Optical Fiber Cabling 271323-1 Data Communications 272000-1 Video Surveillance 282000-1

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 000010-1 November 6, 2018

VII. SUPPLEMENTAL TECHNICAL SPECIFICATIONS Site Preparation SS-120-1 Trench and Excavation Safety Systems SS-130-1 Directional Boring SS-305-1

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 000010-2 November 6, 2018 010000 – REQUEST FOR PROPOSALS (RFP)

RFP NO. 19-10 SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD CITY OF KILLEEN, TEXAS

Notice is hereby given that the City of Killeen will receive competitive sealed proposals for SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD, addressed to the C it y of Killeen, Attn: Purchasing Division, 802 N 2nd Street, Building E, 2nd Floor, Room 215, Killeen, Texas 76541, until 4:00 p.m (local time) on Friday, December 21, 2018. Proposal Submissions shall be plainly marked with the name and address of the proposer and “RFP NO. 19-10 SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD.”

A non-mandatory Pre-Proposal Conference will be held at 10:00 a.m. (local time) on day, December 4, 2018 at the Killeen- Regional Terminal Building, Third Floor Conference Room, 8101 S. Clear Creek Road, Killeen, Texas 76549. The Pre-Proposal conference will include a site visit where no pictures will be allowed by proposers. The Owner will provide pictures that will be distributed through addendum. There will be a second site visit on Thursday, December 6, 2018 at 11:00 a.m. (local time), meet at the top of the escalators at Killeen-Fort Hood Regional Airport Terminal Building, 8101 S Clear Creek Road, Killeen, Texas, 76549. The Pre-Proposal Conference and the second site visit are the only times proposers will be allowed visit the site, which is inside the secured airfield.

RFP packets and specifications may be obtained from the City of Killeen website (www.killeentexas.gov), Demand Star (http://www.demandstar.com/), and ESBD (http://portal.cpa.state.tx.us). Questions should be addressed via email to Lorianne Luciano, Director of Procurement and Contract Management, at [email protected] and to Derek Mayo, Project Manager with Garver, at [email protected], with RFP 19-10 in the subject line. Questions will be accepted until 3:00 p.m. (local time), Wednesday, December 12, 2018. Questions will be answered in the form of an Addendum and posted to the City’s website. It is the proposer’s responsibility to obtain and acknowledge all Addendums.

The project includes, but is not limited to, installation of a new Video Security System including fixed and Pan Tilt Zoom (PTZ) cameras, head end equipment, infrastructure improvements (conduits, junctions, fiber, and electric service) at Robert Gray Army Airfield. Improvements include primarily high technology items supported by the following improvements: underground utilities, mechanical, electrical, and interior improvements as shown on the plans and indicated in the specifications to support the new video security system.

Award of the contract will be made based on evaluation criteria identified in the RFP documents, which includes a price proposal as part of the evaluation criteria. The project sponsors may elect to shortlist firms and host interviews.

Proposals shall be accompanied by a cashier's or certified check upon a national or state bank in an amount not less than five percent (5%) of the total maximum proposal price payable without recourse to the Owner, or a bid bond in the same amount from a reliable surety company, as a guarantee that the Proposer/Offeror will enter into a contract and execute performance and payment bonds after given a notice of award. Such bid guarantee shall be made payable to City of Killeen.

The successful proposer must furnish a performance and payment bond upon the form provided in the amount of one hundred per cent (100%) of the contract price from an approved surety company holding a permit from the State of Texas to act as surety, or other surety or sureties acceptable to the Owner.

Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in Prevailing Wage Determination Number TX-160279. Proposal prices must remain in effect for 90 days after the RFP opening date.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010000-1 November 6, 2018 The City of Killeen reserves the right to reject any or all proposals, to waive irregularities in the proposals deemed to be in the best interests of the City of Killeen, and to reject nonconforming, nonresponsive, or conditional proposals.

City of Killeen, Texas

Lorianne Luciano, Director of Procurement and Contract Management

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010000-2 November 6, 2018 SECTION 010200

INSTRUCTIONS TO PROPOSERS

1. PREPARATION OF PROPOSAL

The procurement of a contractor will be made by competitive proposals. This will include a price proposal on the prepared form available in the RFP documents along with a proposal from the Proposer to demonstrate its qualification to provide the owner with the best product.

1.1 PRICE PROPOSAL: Each price proposal must be submitted on the prescribed form (Price Proposal) and Unit Price Schedule(s). All blank spaces must be filled in legibly (either typed or written with ink). All blank spaces for prices on the Unit Price Schedules must be filled in and the extended total for each item shall be entered in figures only. If the unit price and the extended total of any item are not in agreement, the unit price shall govern and the extended total is corrected to conform thereto. Erasures or other corrections on the Price Proposal form or Unit Price Schedules shall be initialed by the signer of the proposal. All Price Proposals must be signed in ink by an individual authorized to bind the Proposer. All price proposals must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Proposal by the Proposer.

Proposers must quote on all items within the schedule and additive alternate. Failure to do so may disqualify the proposal.

There must be a price on all items that may appear on the Unit Price Schedule(s). No proposal will be considered which covers only a part of the work. A conditional proposal will not be considered.

The Price Proposal and Unit Price Schedule(s), along with other specific section items required in Section 17 below for the sealed proposal, shall not be altered and these sections shall be submitted in their entirety. Submission must be at the place, and at or prior to the time specified in the Advertisement for RFP.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-1 November 6, 2018 1.2 FIRM PROPOSAL: Each firm shall also submit a narrative proposal that demonstrates its ability to provide the best product to the project owner. The Firm proposal requirements are stated below

1.2.1 Document and Deliverable Requirements: The Proposer shall furnish two pdf copies on separate media devices, one on CD and one on a thumb drive, and ten (10) bound copies which shall include: Cover/Transmittal Letter, Table of Contents, and Sections 1 through 5. The document, including the cover and Table of contents shall be limited to 40 pages, 8.5 x 11. If there are larger sized pages, they shall be limited to 6 pages, must be no greater than 11x17, and be z-folded. The font size shall be 11 point or larger with a minimum margin of 1 inches. Blank divider pages will not impact page count. The Price Proposal shall not be included in the Firm Proposal.

1.2.2 Cover Letter shall include at a minimum,

1.2.2.1 City RFP Number

1.2.2.2 Name of proposing firm, address, phone number, FAX number

1.2.2.3 Single point of contact name, email address, and phone number

1.2.2.4 Cover letter must bear the signature of a person having authority to make the proposal for the firm and bind the firm in a formal contract with the City of Killeen.

1.2.3 Section 1: Qualifications

1.2.3.1 Provide a list of similar projects completed within the last 5 years (minimum of 3).

1.2.3.2 Provide references for a least 3 projects completed within the last 5 years. Reference information shall include contact name, role they had in the project, their address, and phone number.

1.2.3.3 Provide Statement of Qualifications from the RFP documents as an appendix in the bound portion of the proposal.

1.2.4 Section 2: Proposed Project Team and Structure

1.2.4.1 Briefly describe the history, mission, and structure of the proposing firm. Include the number of years in business, location of headquarters, location of key project offices, and number of employees.

1.2.4.2 List all officers and owners with greater than 10% Ownership

1.2.4.3 Provide an organizational chart to describe the structure of the firm’s team. Include point of contact to the owner and specify the project manager.

1.2.4.3.1 Identify key project roles and points of contact for estimating, accounting, warranty, and safety and at which office locations those individuals will be located.

1.2.4.3.2 Identify subcontracting firms, roles, and reporting structure in the

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-2 November 6, 2018 organizational chart. Identify primary office location for subcontracting firms.

1.2.4.4 Identify your team’s qualities and abilities to meet the Airport’s expectations of services.

1.2.4.5 Provide resumes of the Project Manager, installation technicians, master electrician, and other key personnel. Resumes should identify team members qualities, skills, and experience. Resumes shall be limited to 2 pages.

1.2.5 Section 3: Project Delivery Approach

1.2.5.1 Provide a narrative for an example project completed within the last three (3) years that demonstrates your ability to successfully perform this project. The narrative should address the overall project concept; strategy to produce the finished product: tactics used to ensure success; and a summary of project performance to include schedule and budget performance and change management. Describe the change orders that were included in the project and the reasons for them.

1.2.5.2 Describe the proposed approach for this project and provide a project schedule. The schedule should indicate how it will meet the requirements in the RFP documents and should be indicative of the proposing firm’s understanding of the work and the need to complete in a timely manner.

1.2.6 Section 4: Project Technical Approach and Cost Savings Measures

1.2.6.1 Provide a narrative that describes your firm’s installation and implementation of the project elements that will meet or exceed requirements in the RFP documents.

1.2.6.2 Provide descriptions of the proposed systems, components, and equipment that the firm plans to use and its proven record. Describe technological capabilities of the proposed system and components and include motion detection and alarming capabilities as well as capabilities to add-on features to the system in the future that are not included in the project.

1.2.6.3 Describe the level of development and customization that may be required to meet the Airport’s expectations.

1.2.6.4 Discuss lessons learned from other similar installations and how this knowledge will be used to provide a better product for this project.

1.2.6.5 Value Engineering: Include a narrative of recommended cost savings measures and/or approaches for consideration that would provide a cost savings. Include the proposed project savings.

1.2.7 Section 5: Customer Service Philosophy/Warranty and Maintenance Plan

1.2.7.1 Provide an overview of the proposing firm’s overall philosophy towards customer service and support – understanding expectations, attention to detail, and timely response to meet client’s needs. Provide examples of current and past warranty and maintenance service experiences. Provide the firm’s commitment to a warranty plan that meets or exceeds the warranty required in the RFP documents, but that is included in the price proposal.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-3 November 6, 2018 1.2.7.2 Training and Maintenance Plan. Provide information on your firms training program that would be included at the completion of the project as well as the maintenance plan.

Each complete Proposal must be submitted in a sealed envelope clearly marked on the outside that it contains a proposal for Security Surveillance Improvements at Robert Gray Army Airfield, City of Killeen RFP No. 19-10, and with the time and date the Proposal is due thereon. The name, address, and applicable licenses of the Proposer shall appear in the upper left-hand corner of the envelope. If forwarded by mail, the sealed envelope containing the proposal must be enclosed in another envelope.

A price proposal that obviously is unbalanced may be rejected.

2. INTERPRETATIONS AND ADDENDA

No oral interpretation will be made to any Proposer as to the meaning of the Contract Documents or any part thereof. Pre-proposal questions should be addressed via email to Lorianne Luciano, Director of Procurement and Contract Management , at [email protected] and Derek Mayo, Project Manager for Garver, at [email protected] with RFP 19-10 in the subject line. Questions will be accepted until 3:00 PM (local time), Wednesday, December 12, 2018. Questions will be answered in the form of an Addendum and posted to the City’s website. It is the Proposer’s responsibility to obtain and acknowledge all addendums.

3. RFP DOCUMENTS

Complete sets of the project documents may be obtained as stated in the advertisement. Owner and Engineer, in making copies of these documents available, do so only for the purpose of obtaining proposals for the work, and do not authorize or grant a license for any other use. Complete sets of the documents shall be used in preparing proposals; neither the Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of RFP Documents.

4. INSPECTION OF SITE

Each Proposer shall acquaint himself with the existing site conditions relating to construction and labor, and shall fully inform himself as to the facilities involved, laws and regulations, and the difficulties and restrictions in attending the performance of the Contract. A site visit inside the secured area will be allowed as part of the non-mandatory Pre-Proposal meeting.

The Proposer shall thoroughly examine and familiarize himself with the Plans, Technical Specifications, other Contract Documents, and referenced items. The Proposer shall also carefully study all available reports of explorations and tests of subsurface conditions at or adjacent to the Site. This includes examining the Web Soil Survey to get general soils and subsurface site conditions.

The Contractor, by the execution of the Contract, shall not be relieved of any obligation under it due to his failure to receive or examine any form or legal instrument or to visit the site and acquaint himself with the conditions there existing, and the Owner will be justified in rejecting any claim based on facts regarding which he should have been on notice as a result thereof.

It is the responsibility of each Proposer before submitting a proposal to agree that the submission of a proposal will constitute an incontrovertible representation by Proposer that Proposer has complied with every requirement of the Contract Documents, that without exception the proposal including all prices in the proposal are premised upon performing and furnishing the work required by the Contract Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Contract Documents, that Proposer has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Proposer has discovered in the RFP Documents and the written resolutions thereof by Engineer are acceptable to

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-4 November 6, 2018 Proposer, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the work.

5. BID GUARANTY

The proposals must be accompanied by a Bid Guaranty, which shall not be less than five percent (5%), of the amount of the price proposal. At the option of the Proposer, the guaranty may be a certified check, or may be a Bid Bond that is similar to the attached form. No proposal will be considered unless it is accompanied by the required guaranty. Certified check must be payable to the order of City of Killeen. Cash deposits will not be accepted. The Bid Guaranty shall insure the execution of the Agreement and the furnishing of the surety bond or bonds by the successful Proposer, all as required by the Contract Documents.

The guaranty of the apparent successful Proposer will be retained until Owner awards the contract to such Proposer, and such Proposer has executed the Contract Documents, furnished the required contract security, and met the other conditions of the Notice of Award, whereupon the Bid Guaranty will be released. If the successful Proposer fails to execute and deliver the Contract with 3 days and furnish the required contract security within 10 days after the Notice of Award, Owner may consider Proposer to be in default, annul the Notice of Award, and the Bid Guaranty of that Proposer will be forfeited. Such forfeiture shall be Owner’s exclusive remedy if Proposer defaults.

The Bid Guaranty of other Proposer that Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of seven days after the effective date of the Contract or 91 days after the Proposal opening, whereupon Bid Guaranty furnished by such Proposers will be released. Bid Guaranty of other Proposers that Owner believes do not have a reasonable chance of receiving the award will be returned upon request as soon as feasible after the opening of the proposals.

6. COLLUSION; SUBCONTRACTS

A Proposer submitting a Proposal to the Owner for the work contemplated by the Documents on which the proposal is based shall not collude with any other person, firm, or corporation in regard to any proposal submitted.

Before executing any subcontract, the successful Proposer shall submit Section 010440, LIST OF PROPOSED SUBCONTRACTORS.

If requested by Owner, the list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, or other individual or entity. If Owner or Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner may, before the Notice of Award is given, request apparent successful Proposer to submit an acceptable substitute, in which case the apparent successful Proposer shall submit a substitute, Proposer’s price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating proposals and making the Award. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Proposer. If apparent successful Proposer declines to make any such substitution, Owner may award the Contract to the second highest scoring Proposer based on evaluation criteria that proposes to use acceptable Subcontractors, Suppliers, or other individuals or entities. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Engineer makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to subsequent revocation of such acceptance as provided in the General Conditions.

7. STATEMENT OF PROPOSER’S QUALIFICATIONS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-5 November 6, 2018 Each Proposer shall submit, on the form furnished in the RFP documents, section 010420. Only proposals from qualified firms will be reviewed. Minimum firm qualifications are explained below. In addition, specific qualifications requirements are included in specifications. Proposer must demonstrated it meets all required qualifications included in the RFP documents.

 The firm must have been in the business of performing projects of similar nature and magnitude for a minimum of five (5) years.  Firm must have completed 3 projects of similar nature and magnitude within the last 5 years  Firm must use a certified installer for the applicable video components and for the network equipment with proof of certificate or license.

Each Proposer shall submit a statement of the qualifications, his experience record in construction of work similar to that which here is involved, and his organization and equipment available for the work contemplated; and when specifically requested by the Owner, a detailed financial statement. The Owner shall have the right to take such steps as it deems necessary to determine the ability of the Proposer to perform his obligations under the Contract and the Proposer shall furnish the Owner all such information and data for this purpose as it may request. The right is reserved to reject any proposal where an investigation of the available evidence or information does not satisfy the Owner that the Proposer is qualified to carry out properly the terms of the Contract.

8. BALANCED PRICE PROPOSALS; VARIATIONS IN QUANTITIES

The lump sum price and unit price for each of the several items in the Proposal of each Proposer shall be balanced and shall include its pro rata share of overhead.

The Owner shall have the right to increase or decrease the extent of the work, to change the location or gradient, or the dimensions of any part of the work, provided that the length of the improvement is not increased or decreased in excess of twenty-five percent (25%) of the length as determined by the Contract, or that the quantities of work to be done or the materials to be furnished are not increased or decreased in money value in excess of twenty-five percent (25%) of the total contract as determined by the Contract. Such changes shall not be considered as a waiver of any conditions of the Contract nor invalidate any of the provisions thereof. The Contractor shall perform the work as increased or decreased within the qualifying limits named and no allowance will be made for anticipated profits or increases or decreases so incurred. Change in length or in money value, within the twenty-five percent (25%) limits set out, shall not be cause for adjustment of any lump sum or unit price. Changes in items of work covered by unit prices and/or lump sum prices, within the twenty-five percent (25%) limits set out, shall not be cause for adjustment of any other (non-involved) lump sum or unit price.

9. TIME FOR RECEIVING PROPOSALS

A proposal received prior to the advertised hour of opening will be kept securely and will remain sealed until the hour of opening. The officer whose duty it is to open them will decide when the specified time has arrived, and any proposal received subsequent to that time will be returned unopened.

10. OPENING OF PROPOSALS

At the time and place fixed for the opening of proposals, the Owner will cause the proposals to be opened and publicly read aloud, irrespective of any irregularities therein. Proposers and other persons properly interested may be present, in person or by representative. Proposal qualification may be evaluated before and/or after the Proposal opening, at the Owner’s discretion.

11. WITHDRAWAL OF PROPOSAL

Proposals may be withdrawn on written request if the request is received prior to the time fixed for the opening of proposals. Proposer may withdraw its Proposal within 24 hours after Proposals are open and Bid

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-6 November 6, 2018 Guaranty will be returned if Proposer files a duly signed written notice with the Owner and promptly demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Proposal. The Proposer shall not be allowed to submit a revised Proposal after withdrawing under this section.

12. AWARD OF CONTRACT; REJECTION OF PROPOSALS

The Contract will be awarded to the Proposer whose proposal is determined to be the most advantageous to the city, based on the evaluation criteria stated below. The criteria which will be used to determine the lowest responsive and responsible Proposer are as follows:

12.1 Proposal Evaluation: The project owner will be the Army’s Robert Gray Army Airfield Directorate of Aviation Operations (DAO). The City of Killeen, Aviation Department, operates the Killeen-Fort Hood Regional Airport (KFHRA) and is assisting the DAO with project implementation and management. In the RFP documents there are references to RGAAF DAO or RGAAF which will refer to the Army’s DAO. There will also be references to KFHRA or the City, which refer to the City of Killeen’s Aviation department. Together, they will form an evaluation committee which will review the proposals and assign scores to each of the evaluation criteria. They will review each proposal and select the proposing firm that it determines to be the most qualified to undertake the project, in their sole discretions, pursuant to the evaluation criteria set forth in this section. Proposing firm may be required to submit additional or supplemental information to the committee to facilitate this selection process.

12.2 Evaluation Criteria. The following will be used to score proposals.

12.2.1 Section 1: Prime Firm Qualifications to lead and perform, implement project. Note that if firm does not meet minimum requirements, the proposal may be rejected. Maximum 10 Points.

12.2.2 Section 2: Project Team and Key Personnel - Maximum 10 Points i. The quality of references of the lead firm and other team members with particular emphasis on references for Security Systems installation and support within the past five years. How well do the stated references support the proposing firms claims. ii. Team qualifications 1. What is the relative strength of the team to provide the services identified in the RFP? 2. Evaluation of the availability of the team leader and his professional background, availability, and reputation.

12.2.3 Section 3: Project Delivery Approach – Maximum 20 Points i. In the example project narrative(s), how was the project conducted and how did it demonstrate’s the team’s ability to respond to and successfully perform the and implement the system identified in the plans and specifications. ii. How well does the proposed schedule demonstrate the firm’s knowledge of the project in the RFP documents, its challenges, and key components to achieve a successful implementation of the new system.

12.2.4 Section 4: Project Technical Approach and Cost Savings Measures – Maximum 20 Points i. Installation and implementation approach

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-7 November 6, 2018 ii. Proposed technology, systems, components, and equipment. iii. Proposed development and customization iv. Lessons learned and the advantage to this project v. Value engineering, proposed cost savings.

12.2.5 Section 5. Customer Service Philosophy / Warranty and Maintenance Plan – Maximum 15 Points i. What is the demonstrated philosophy of the team towards customer service ii. Example of successful and effective past warranty and maintenance service iii. Long-term advantageous warranty and maintenance approach

12.2.6 Price Proposal – Maximum 25 Points

An initial proposal may be rejected if it is determined by the committee to be non-responsive, however, the committee reserves the right to waive any irregularities or technicalities that it determines, in its sole discretion , to be minor in nature and in the best interest of RGAAF. Further, any response may be rejected if it is determined by the evaluation committee that the proposing firm in not capable of performing the project satisfactorily or due to the failure of the proposing frim to provide information requested relating to such determination.

A Proposer’s failure to submit a complete proposal or required qualification information within the times indicated may disqualify Proposer from receiving an award of the Contract.

The Proposer to whom the award is made will be notified at the earliest possible date, but not later than ninety (90) days after the opening of proposals. The Owner, however, reserves the right to reject any or all proposals and to waive any informality in proposals received whenever such rejection or waiver is in its interests. The Owner also reserves the right to consider as unqualified to do the work any Proposer who does not habitually perform with his own forces the major portions of such work as is involved in completion of these improvements.

13. EXECUTION OF CONTRACT; PERFORMANCE AND PAYMENT BOND

Subsequent to the award and within ten (3) days after the prescribed forms are presented for signature, the successful Proposer shall execute and deliver to the Owner a Contract in the form included in the Contract Documents in such number of copies as the Owner may require and submit the State of Texas Ethics Commission Certificate of Interested Parties (Form 1295).

Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Proposer shall, within the period specified above, furnish a surety bond in a penal sum not less than the amount of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms or corporations to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature, including utility and transportation services employed or used by him in performing the work. Such bond shall be as included in the Contract Documents and shall bear the same date as, or a date subsequent to, that of the Agreement. The current power of attorney for the person who signs for any surety company shall be attached to such bond.

The failure of the successful Proposer to execute such Contract within three (3) days and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant, based upon reasons determined sufficient by the Owner, shall constitute a default, and the Owner may either award the Contract to the next Proposer or re-advertise.

14. BONDS AND INSURANCE

Attention of Proposers is called to Texas State Law, which has certain requirements pertaining to Performance

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-8 November 6, 2018 Bonds, labor bonds, employer’s liability insurance, public liability insurance, workmen’s collective insurance, and property damage insurance.

All companies furnishing Bid Bonds and Performance Bonds shall furnish evidence of being on the U.S. Treasury Department’s most current list (Circular 570, as amended) and be authorized to transact business in the State of Texas.

15. CONTRACTOR’S LIABILITY INSURANCE REQUIREMENTS

The Proposer shall provide with the Proposal a listing of both automobile and personal liability insurance coverage currently in force, along with a copy of a Certificate of Insurance as verification of that coverage.

In the event the Owner determines that the low Proposer's coverage in force is inadequate, the Owner may require the low Proposer to procure additional coverage in accordance with the requirements as specified herein.

16. THIRD PARTY COVERAGE

The Contractor shall provide insurance coverage for the Engineer and the Owner as indicated in Section 010800

17. SIGNATORY AND CONTRACT SUBMITTALS

The Contract Documents call for all Proposers, and for the awarded Contractor, to complete and/or submit information concerning equal employment opportunity, quality control, labor items, etc. A list of required items to be submitted with each propopsal is listed in the Proposers Checklist.

The following is a list of completed forms/submittals that the successful Proposer will be required to complete before execution and award of the contract:

 Contract (all pages)  Performance Bond  Payment Bond  Certificates of Insurance and Insurance Policies  State of Texas Ethics Commission Certificate of Interested Parties (Form 1295)

The following is a list of completed forms/submittals that the awarded Contractor will be required to submit before construction begins:

 Construction Schedule

Additional certifications and submittals will be required for construction materials and other items in the technical specifications.

18. LEGAL QUALIFICATIONS

All Proposers, in order to submit a bonafide Proposal, must comply with the applicable terms of the State of Texas.

The successful Proposer, if a corporation created under the laws of some state other than the State of Texas, will be required to qualify, or to have qualified, with the Secretary of State of Texas to do business in the State of Texas.

19. MODIFICATION OF PROPOSAL

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-9 November 6, 2018 No modification of any proposal already submitted will be considered unless such modification is received in writing, signed and witnessed by persons authorized to so act on behalf of the Proposer, prior to the time set for opening of proposals.

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010200-10 November 6, 2018 SECTION 010300

BID BOND

1. BID DEFAULT

Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Contract required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents.

This obligation shall be null and void if:

1.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Contract required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or

1.2 All Bids are rejected by Owner, or

1.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and consented to by Surety).

2. BOND PAYMENT DUE

Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due.

3. PROCEEDING REQUIREMENTS

Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed the time required by the Bidding Documents without Surety’s written consent.

No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default is received by Bidder and Surety and in no case later than one year after the Bid due date. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located.

4. STATUTORY REQUIREMENTS

This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010300-1 November 6, 2018 5. BID BOND CERTIFICATE

KNOW ALL MEN BY THESE PRESENTS:

THAT we the undersigned,

, as PRINCIPAL, and

, as SURETY, are held and firmly bound unto the City of Killeen, Killeen, Texas, hereinafter called the OWNER in the penal sum of

Dollars

($ ), lawful money of the , for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these Presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the accompanying Proposal, dated , for

"SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD"

NOW, THEREFORE, if the Principal shall not withdraw said Proposal within ninety (90) days after the opening of same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Owner in accordance with the Proposal as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue.

IN WITNESS WHEREOF, the above bounded parties have executed this instrument, under their several seals this ______day of ______, 20___, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives, pursuant to authority of its governing body.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010300-2 November 6, 2018 SEAL

______Principal

Witness______By______Signature Signature

Witness______By______Print Name and Title Print Name and Title

______

______Address

SEAL

______Surety

Witness______By______Signature Attorney-In-Fact - Signature

Witness______By______Print Name and Title Attorney-In-Fact - Print Name and Title

______

______Address

NOTE: Power-of-attorney for person signing for surety company must be attached to bond.

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010300-3 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 010400 - PROPOSAL

Place

Date

Proposal of , a corporation organized and existing under the laws of the State of ,

or

Proposal of , a partnership consisting of or

Proposal of , an individual doing business as ,

To: City of Killeen, Texas

This proposal results from your advertisement for Request for Proposals for the construction of the Security Surveillance Improvements at the Robert Gray Army Airfield project.

The undersigned Offeror, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents including all Addenda, and being familiar with all of the conditions relating to the construction of the proposed project, hereby agrees to comply with all other conditions or requirements set forth in the Plans, Specifications, and other Contract Documents, and further proposes to; furnish all material, supplies, equipment, and appliances; to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Plans, Specifications, and other Contract Documents at and for the lump sum and unit prices proposed in the attached Unit Price Schedule(s).

The undersigned Offeror agrees to begin work within ten (10) calendar days after the issuance by, or on behalf of, the Owner of a "Work Order" or "Notice to Proceed" and to complete the work within one hundred eighty (180) consecutive calendar days thereafter (except as modified in accordance with the GENERAL CONDITIONS of these Contract Documents). Should the work fail to be completed within the time herein stated, the Contractor shall pay to the Owner, as fixed and agreed liquidated damages, and not as a penalty, the sum, for each day of delay until the work is completed and accepted, as stipulated in GENERAL CONDITIONS of these Contract Documents. It is understood that additional time for the completion of the project is to be allowed only for delays as stipulated in GENERAL CONDITIONS of these Contract Documents.

Offeror acknowledges receipt of the following addendum (addenda):

and

and

and

and

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010400-1 November 6, 2018 The undersigned Offeror agrees that this price proposal shall be good and shall not be withdrawn for a period of ninety (90) calendar days after the opening thereof. If written notice of the acceptance of this Proposal is mailed, telegraphed, or delivered to the undersigned within ninety (90) days after the opening thereof, or at any time thereafter before this Proposal is withdrawn, the undersigned agrees to execute and deliver an Agreement (Contract) in the prescribed form within three (3) days after a notice of award, and furnish the required Performance and Payment Bond, within ten (10) days after the Agreement is presented to him for signature.

It is understood by the undersigned Offeror that the Owner reserves the right to reject any or all proposals. Accompanying this Proposal as bid security is a certified check/bid bond (strike one) in the amount of Dollars ($ ), being not less than five percent (5%) of the total amount of the bid for the base bid plus all additive alternates. If the undersigned Offeror is the successful Offeror, but fails or refuses to execute the contract and furnish the required bond within the prescribed ten (10) days of the notification of award, then this bid security is to become the property of the Owner as liquidated damages for the delay and additional expense to the Owner caused by such failure or refusal.

OFFEROR: [Indicate correct name of bidding entity]

By: [Signature]

[Printed name] (If Offeror is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)

Attest: [Signature]

[Printed name]

Title:

Submittal Date:

Address for giving notices:

Telephone Number:

Contact Name and e-mail address:

Offeror’s License No.:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010400-2 November 6, 2018 (where applicable)

NOTES: Sign in ink. Do not detach. Items must be bid upon as specified in the Unit Price Schedule.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010400-3 November 6, 2018

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010400-4 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES -BASE BID

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

1 SS-120-3.1 MOBILIZATION LS 1

DIRECTIONAL BORING, 1-WAY 2"C 2 SS-305-5.1 LF 2,600 POLYETHYLENE CONDUIT

DIRECTIONAL BORING, 2-WAY 4"C 3 SS-305-5.2 LF 6,500 POLYETHYLENE CONDUITS

4 23 81 26-5.1 SPLIT-SYSTEM AIR-CONDITIONER, COMPLETE LS 1

5 26 00 00-5.1 LOCKOUT/TAGOUT PROCEDURES LS 1

EXISTING CAMERA POLE AND FOUNDATION, 6 26 00 00-5.2 EA 10 DEMOLISHED

EXISTING CAMERA POLE REMOVED, 7 26 00 00-5.3 EA 1 FOUNDATION TO REMAIN

ELECTRICAL CIRCUIT FOR BUILDING 8 26 00 00-5.4 EA 6 MOUNTED NETWORK LOCATION, INSTALLED

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-1 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES -BASE BID

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

9 26 00 00-5.5 REMOVE EXISTING AERIAL FIBER LF 10,000

NO. 10 AWG, STRANDED, 600V RATED, TYPE 10 26 05 19-5.1 THHN/THWN-2 CABLE, INSTALLED IN DUCT LF 79,000 BANK OR CONDUIT

RIGID GALVANIZED STEEL CONDUIT, 1-WAY 11 26 05 33-5.1 LF 125 1"C, MOUNTED TO EXTERIOR STRUCTURE

TRAFFIC-RATED, PRECAST CONCRETE 12 26 05 43-5.1 HANDHOLE, INTERIOR DIMENSIONS 2'L x 3'W x EA 13 3'D, INSTALLED

TRAFFIC-RATED, POLYMER CONCRETE 13 26 05 43-5.2 HANDHOLE, INTERIOR DIMENSIONS 30"L x EA 49 17"W x 24"D, INSTALLED

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY 14 26 05 43-5.3 LF 26,000 2"C, INSTALLED

NON-ENCASED ELECTRICAL CONDUIT, 2-WAY 15 26 05 43-5.4 LF 12,500 4"C, INSTALLED

10-FOOT CAMERA POLE AND FOUNDATION, 16 26 56 13-5.1 EA 21 INSTALLED

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-2 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES -BASE BID

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

20-FOOT CAMERA POLE AND FOUNDATION, 17 26 56 13-5.2 EA 11 INSTALLED

18 27 11 16-5.1 19 INCH EQUIPMENT CABINET, INSTALLED EA 1

19 27 11 16-5.2 KVM SWITCH, INSTALLED EA 2

20 27 11 16-5.3 NETWORK CABINET UPS, INSTALLED EA 4

FIELD NETWORK SWITCH ENCLOSURE, 21 27 11 16-5.4 EA 63 INSTALLED

9/125 MICROMETER 12-STRAND SM INDOOR- 22 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED L.F. 32,000 (SPOKE AND MID-RING)

9/125 MICROMETER 288-STRAND SM 23 27 13 23-5.2 OUTDOOR PLANT FIBER OPTIC CABLE, L.F. 40,000 INSTALLED (RING)

24 27 20 00-5.1 FIELD NETWORK SWITCH, 4-PORT, INSTALLED EA 62

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-3 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES -BASE BID

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

25 27 20 00-5.2 FIELD NETWORK SWITCH, 8-PORT, INSTALLED EA 1

26 27 20 00-5.3 CORE ACCESS LAYER SWITCH, INSTALLED EA 2

27 27 20 00-5.4 CORE FIBER SWITCH, 48-PORT, INSTALLED EA 2

28 27 20 00-5.5 CORE FIBER SWITCH, 24-PORT, INSTALLED EA 2

29 27 20 00-5.6 WIRELESS NETWORK LOCATION, INSTALLED EA 2

30 28 20 00-5.1 CAMERA LOCATION TYPE C01F, INSTALLED EA 124

31 28 20 00-5.2 CAMERA LOCATION TYPE C01P, INSTALLED EA 30

32 28 20 00-5.5 CAMERA LOCATION TYPE C03F, INSTALLED EA 5

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-4 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES -BASE BID

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

33 28 20 00-5.7 CAMERA LOCATION TYPE C05F, INSTALLED EA 1

34 28 20 00-5.8 CAMERA LOCATION TYPE C05P, INSTALLED EA 2

35 28 20 00-5.9 CAMERA LOCATION TYPE C06P, INSTALLED EA 2

36 28 20 00-5.10 CAMERA LOCATION TYPE C07F, INSTALLED EA 1

37 28 20 00-5.13 CAMERA LOCATION TYPE C10F, INSTALLED EA 1

NVMS CORPORATE LICENSE/SOFTWARE, 38 28 20 00-5.16 EA 2 INSTALLED

NVMS CAMERA SOFTWARE LICENSE, 39 28 20 00-5.17 EA 221 INSTALLED

40 28 20 00-5.18 NVMS MANAGEMENT SERVER, INSTALLED EA 2

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-5 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES -BASE BID

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

41 28 20 00-5.19 NVMS STORAGE SERVER, INSTALLED EA 2

42 28 20 00-5.20 NVMS SAN SERVER, INSTALLED EA 2

NVMS DOMAIN/ACTIVE DIRECTORY 43 28 20 00-5.21 EA 2 CONTROLLER, INSTALLED

44 28 20 00-5.22 NETWORK TIME SERVER, INSTALLED EA 2

REMOTE VIEW-ONLY STATION (ARAC), 45 28 20 00-5.23 EA 1 INSTALLED

46 28 20 00-5.24 REMOTE WORKSTATIONS, INSTALLED EA 1

COMMAND CENTER WORKSTATION, 47 28 20 00-5.25 EA 4 INSTALLED

FURNISHINGS ALLOWANCE FOR 48 28 20 00-5.26 LS 1 $20,000.00 $ 20,000.00 VIEWING/MONITORING STATIONS

Total Bid - Schedule 1 Base Bid

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-6 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

ADDITIVE ALTERNATE 1A - APPROACH VIEWS

A1A-1 28 20 00-5.1 CAMERA LOCATION TYPE C01F, INSTALLED EA 2

Subtotal ADDITIVE ALTERNATE 1A - RUNWAY APPROACH VIEWS

ADDITIVE ALTERNATE 1B - RUNWAY DEPARTURE VIEWS

DIRECTIONAL BORING, 1-WAY 2"C A1B-1 SS-305-5.1 LF 725 POLYETHYLENE CONDUIT

NO. 10 AWG, STRANDED, 600V RATED, TYPE A1B-2 26 05 19-5.1 THHN/THWN-2 CABLE, INSTALLED IN DUCT LF 5200 BANK OR CONDUIT TRAFFIC-RATED, POLYMER CONCRETE A1B-3 26 05 43-5.2 HANDHOLE, INTERIOR DIMENSIONS 30"L x 17"W EA 4 x 24"D, INSTALLED

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A1B-4 26 05 43-5.3 LF 3000 2"C, INSTALLED

10-FOOT CAMERA POLE AND FOUNDATION, A1B-5 26 56 13-5.1 EA 2 INSTALLED

FIELD NETWORK SWITCH ENCLOSURE, A1B-6 27 11 16-5.4 EA 2 INSTALLED 9/125 MICROMETER 12-STRAND SM INDOOR- A1B-7 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED L.F. 2100 (SPOKE AND MID-RING)

A1B-8 27 20 00-5.1 FIELD NETWORK SWITCH, 4-PORT, INSTALLED EA 2

A1B-9 28 20 00-5.7 CAMERA LOCATION TYPE C05F, INSTALLED EA 2

Subtotal ADDITIVE ALTERNATE 1B - RUNWAY DEPARTURE VIEWS

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-5 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

ADDITIVE ALTERNATE 2 - RGAAF APRON VIEWS

DIRECTIONAL BORING, 1-WAY 2"C, A2-1 SS-305-5.1 LF 970 POLYETHYLENE CONDUIT

ELECTRICAL CIRCUIT FOR BUILDING MOUNTED A2-2 26 00 00-5.3 EA 9 NETWORK LOCATION, INSTALLED

NO. 10 AWG, STRANDED, 600V RATED, TYPE A2-3 26 05 19-5.1 THHN/THWN-2 CABLE, INSTALLED IN DUCT LF 2000 BANK OR CONDUIT

RIGID GALVANIZED STEEL CONDUIT, 1-WAY A2-4 26 05 33-5.1 LF 1625 1"C, MOUNTED TO EXTERIOR STRUCTURE

TRAFFIC-RATED, POLYMER CONCRETE A2-5 26 05 43-5.2 HANDHOLE, INTERIOR DIMENSIONS 30"L x 17"W EA 7 x 24"D, INSTALLED

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A2-6 26 05 43-5.3 LF 400 2"C, INSTALLED

FIELD NETWORK SWITCH ENCLOSURE, A2-7 27 11 16-5.4 EA 9 INSTALLED

9/125 MICROMETER 12-STRAND SM INDOOR- A2-8 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED L.F. 3800 (SPOKE AND MID-RING)

A2-9 27 20 00-5.1 FIELD NETWORK SWITCH, 4-PORT, INSTALLED EA 9

A2-10 28 20 00-5.3 CAMERA LOCATION TYPE C02F, INSTALLED EA 26

A2-11 28 20 00-5.4 CAMERA LOCATION TYPE C02P, INSTALLED EA 7

Subtotal ADDITIVE ALTERNATE 2 - RGAAF APRON VIEWS

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-6 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

ADDITIVE ALTERNATE 3 - ASR-11 SITE

ELECTRICAL CIRCUIT FOR BUILDING MOUNTED A3-1 26 00 00-5.3 EA 1 NETWORK LOCATION, INSTALLED

NO. 10 AWG, STRANDED, 600V RATED, TYPE A3-2 26 05 19-5.1 THHN/THWN-2 CABLE, INSTALLED IN DUCT LF 500 BANK OR CONDUIT

RIGID GALVANIZED STEEL CONDUIT, 1-WAY A3-3 26 05 33-5.1 LF 30 1"C, MOUNTED TO EXTERIOR STRUCTURE

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A3-4 26 05 43-5.3 LF 175 2"C, INSTALLED

FIELD NETWORK SWITCH ENCLOSURE, A3-5 27 11 16-5.4 EA 2 INSTALLED

9/125 MICROMETER 12-STRAND SM INDOOR- A3-6 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED L.F. 1000 (SPOKE AND MID-RING)

A3-7 27 20 00-5.6 WIRELESS NETWORK LOCATION, INSTALLED EA 2

A3-8 28 20 00-5.11 CAMERA LOCATION TYPE C08F, INSTALLED EA 1

A3-9 28 20 00-5.12 CAMERA LOCATION TYPE C09F, INSTALLED EA 2

Subtotal ADDITIVE ALTERNATE 3 - ASR-11 SITE

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-7 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

ADDITIVE ALTERNATE 4 - TRANSMITTER SITE

ELECTRICAL CIRCUIT FOR BUILDING MOUNTED A4-1 26 00 00-5.3 EA 1 NETWORK LOCATION, INSTALLED

NO. 10 AWG, STRANDED, 600V RATED, TYPE A4-2 26 05 19-5.1 THHN/THWN-2 CABLE, INSTALLED IN DUCT LF 500 BANK OR CONDUIT

RIGID GALVANIZED STEEL CONDUIT, 1-WAY A4-3 26 05 33-5.1 LF 30 1"C, MOUNTED TO EXTERIOR STRUCTURE

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A4-4 26 05 43-5.3 LF 130 2"C, INSTALLED

FIELD NETWORK SWITCH ENCLOSURE, A4-5 27 11 16-5.4 EA 2 INSTALLED

9/125 MICROMETER 12-STRAND SM INDOOR- A4-6 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED L.F. 1000 (SPOKE AND MID-RING)

A4-7 27 20 00-5.6 WIRELESS NETWORK LOCATION, INSTALLED EA 3

A4-8 28 20 00-5.11 CAMERA LOCATION TYPE C08F, INSTALLED EA 1

A4-9 28 20 00-5.12 CAMERA LOCATION TYPE C09F, INSTALLED EA 2

Subtotal ADDITIVE ALTERNATE 4 - TRANSMITTER SITE

ADDITIVE ALTERNATE 5 - RGAAF SYSTEM MAINTENANCE AGREEMENT ALLOWANCE MAINTENANCE AGREEMENT ALLOWANCE A5-1 L.S. 1 (5 YEARS)

Subtotal ADDITIVE ALTERNATE 5 - RGAAF SYSTEM MAINTENANCE AGREEMENT ALLOWANCE

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-8 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ADDITIVE ALTERNATE 6 - RGAAF WEST ENTRY POINT 1

DIRECTIONAL BORING, 1-WAY 2"C A6-1 SS-305-5.1 LF 50 POLYETHYLENE CONDUIT

ELECTRICAL CIRCUIT FOR BUILDING MOUNTED A6-2 26 00 00-5.3 EA 1 NETWORK LOCATION, INSTALLED

RIGID GALVANIZED STEEL CONDUIT, 1-WAY A6-3 26 05 33-5.1 LF 100 1"C, MOUNTED TO EXTERIOR STRUCTURE

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A6-4 26 05 43-5.3 LF 250 2"C, INSTALLED

FIELD NETWORK SWITCH ENCLOSURE, A6-5 27 11 16-5.4 EA 1 INSTALLED 9/125 MICROMETER 12-STRAND SM INDOOR- A6-6 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED LF 300 (SPOKE AND MID-RING)

A6-7 27 20 00-5.2 FIELD NETWORK SWITCH, 8-PORT, INSTALLED EA 1

A6-8 28 20 00-5.6 CAMERA LOCATION TYPE C04F, INSTALLED EA 6

Subtotal ADDITIVE ALTERNATE 6 - RGAAF WEST ENTRY POINT 1

ADDITIVE ALTERNATE 7 - RGAAF WEST ENTRY POINT 2 (GATE 19)

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A7-1 26 05 43-5.3 LF 350 2"C, INSTALLED

9/125 MICROMETER 12-STRAND SM INDOOR- A7-2 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED LF 350 (SPOKE AND MID-RING)

A7-3 28 20 00-5.1 CAMERA LOCATION TYPE C01F, INSTALLED EA 2

Subtotal ADDITIVE ALTERNATE 7 - RGAAF WEST ENTRY POINT 2 (GATE 19)

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-9 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ADDITIVE ALTERNATE 8 - RGAAF EAST ENTRY POINT 1 (GATE 13)

DIRECTIONAL BORING, 1-WAY 2"C A8-1 SS-305-5.1 LF 50 POLYETHYLENE CONDUIT

ELECTRICAL CIRCUIT FOR BUILDING MOUNTED A8-2 26 00 00-5.3 EA 1 NETWORK LOCATION, INSTALLED

RIGID GALVANIZED STEEL CONDUIT, 1-WAY A8-3 26 05 33-5.1 LF 100 1"C, MOUNTED TO EXTERIOR STRUCTURE

TRAFFIC-RATED, POLYMER CONCRETE A8-4 26 05 43-5.2 HANDHOLE, INTERIOR DIMENSIONS 30"L x 17"W EA 1 x 24"D

NON-ENCASED ELECTRICAL CONDUIT, 1-WAY A8-5 26 05 43-5.3 LF 620 2"C, INSTALLED

FIELD NETWORK SWITCH ENCLOSURE, A3-7 27 11 16-5.4 EA 1 INSTALLED

9/125 MICROMETER 12-STRAND SM INDOOR- A8-6 27 13 23-5.1 OUTDOOR FIBER OPTIC CABLE, INSTALLED LF 690 (SPOKE AND MID-RING)

A8-8 27 20 00-5.2 FIELD NETWORK SWITCH, 8-PORT, INSTALLED EA 1

A8-7 28 20 00-5.6 CAMERA LOCATION TYPE C04F, INSTALLED EA 4

Subtotal ADDITIVE ALTERNATE 8 - RGAAF EAST ENTRY POINT 1 (GATE 13)

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-10 November 6, 2018 KILLEEN-FORT HOOD REGIONAL AIRPORT SECURITY SURVEILLANCE IMPROVEMENTS AT ROBERT GRAY ARMY AIRFIELD UNIT PRICES - ADDITIVE ALTERNATES

ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT

ADDITIVE ALTERNATE 9 - TEMPORARY FIELD OFFICE

A9-1 SS-120-3.2 TEMPORARY FIELD OFFICE L.S. 1

Subtotal ADDITIVE ALTERNATE 9 - TEMPORARY FIELD OFFICE

Total All Additive Alternates

Total Base Bid and All Additive Alternates

Price Proposal Security Surveillance Improvements at Robert Gray Army Airfield Unit Price Schedule Project No. 17181082 Issued for RFP 010400-11 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 010420

STATEMENT OF OFFEROR’S QUALIFICATIONS

All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires.

1. Name of Bidder.

2. Permanent main office address.

3. When organized.

4. If a corporation, where incorporated.

5. How many years have been engaged in the contracting business under your present firm or trade name?

6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion).

7. General character of work performed by your company.

8. Have you ever failed to complete any work awarded to you? If so, where and why?

9. Have you ever defaulted on a Contract? If so, where and why?

10. Have you ever been fined or had your license suspended by a Contractor's Licensing Board?

If so, where and why?

11. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed.

12. List your major equipment available for this Contract.

13. Experience in construction work similar in importance to this project.

14. Background and experience of the principal members of your organization, including the officers.

15. Background and experience of the Master Electrician(s) licensed in the state of Texas issued by the Texas Department of Licensing and Regulation, who have proper skills in supervising, performing, and maintaining the electrical work.

16. Background and experience for certified networks and video system installers.

17. Credit available: $______.

18. Give Bank reference: ______.

19. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner?

20. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Owner, in verification of the recitals comprising this statement of

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010420-1 November 6, 2018 Bidder's Qualifications.

21. The Bidder shall provide a brief description of any litigation or administrative proceeding of the following types, either pending or concluded within the preceding year, to which the Bidder (and the ultimate controlling person, if different from the Bidder) or any of its directors or executive officers was a party or of which the property of any such person is or was the subject; the names of the parties and the court or agency in which such litigation or proceeding is or was pending shall be given:

(a) Administrative or judicial proceedings of any state federal agency or authority concerning environmental violations; (b) Proceedings which may have a material effect upon the solvency of the ultimate holding company, including but not necessarily limited to, bankruptcy and receivership; and (c) Criminal proceedings.

Dated at this day of , 20 .

(Name of Bidder)

By

Title

STATE OF ) ) SS. COUNTY OF )

being duly sworn deposes and says that he is

of (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED AND SWORN TO BEFORE ME this day of , 20 .

(Notary Public) My Commission Expires:

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010420-2 November 6, 2018 SECTION 010440

LIST OF PROPOSED SUBCONTRACTORS

I, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior written approval from the Engineer and the Owner.

For Annual Gross Receipts:  Enter 1 for Less than $1 Million  Enter 2 for More than $1 Million, Less than $5 Million  Enter 3 for More than $5 Million, Less than $10 Million  Enter 4 for More than $10 Million, Less than $15 Million  Enter 5 for More than $15 Million

Type of Work: ...... Subcontractor's Name: ...... Texas License No.: ...... Address:...... DBE: Yes / No (circle one) Contract Amount:...... SBE: Yes / No (circle one) Date Firm Established:...... Annual Gross Receipts (enter the range only):......

Type of Work: ...... Subcontractor's Name: ...... Texas License No.: ...... Address:...... DBE: Yes / No (circle one) Contract Amount:...... SBE: Yes / No (circle one) Date Firm Established:...... Annual Gross Receipts (enter the range only):......

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010440-1 November 6, 2018 Type of Work: ...... Subcontractor's Name: ...... Texas License No.: ...... Address:...... DBE: Yes / No (circle one) Contract Amount:...... SBE: Yes / No (circle one) Date Firm Established:...... Annual Gross Receipts (enter the range only):......

Type of Work: ...... Subcontractor's Name: ...... Texas License No.: ...... Address:...... DBE: Yes / No (circle one) Contract Amount:...... SBE: Yes / No (circle one) Date Firm Established:...... Annual Gross Receipts (enter the range only):......

Type of Work: ...... Subcontractor's Name: ...... Texas License No.: ...... Address:...... DBE: Yes / No (circle one) Contract Amount:...... SBE: Yes / No (circle one) Date Firm Established:...... Annual Gross Receipts (enter the range only):......

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010440-2 November 6, 2018 Bidder (General Contractor): ...... Texas License No.: ...... Address:...... DBE: Yes / No (circle one) SBE: Yes / No (circle one) Date Firm Established:...... Annual Gross Receipts (enter the range only):...... By:...... * Title: ...... Percent of Contract to be Completed by DBE: ......

*Signature must be the same as on the Proposal form.

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010440-3 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 010470 OFFEROR CERTIFICATIONS

CERTIFICATION OF NONSEGREGATED FACILITIES

The federally-assisted construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract.

As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally- assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in his files.

NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES

1. This Certification of Non-segregated Facilities shall be submitted prior to the award of the construction contract.

2. The awarded Contractor will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause.

Certification - The information above is true and complete to the best of my knowledge and belief.

Name and Title of Signer (Please Type)

Signature Date

NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010470-1 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 010480

PROPOSER’S CHECKLIST OF REQUIRED ITEMS

This Checklist is provided to ensure all required forms are completed and returned as part of the proposal submission. All forms must be included as indicated for a proposal to be considered a complete, responsive proposal. Appropriate signatures and date are required on each document. If an item is missing, the proposal may be declared unresponsive and therefore rejected. This sheet will serve as the cover sheet for the Proposal submission.

Spec. Description Completed* Section Acknowledgement of All Addenda ☐ Proposal contains the following forms: 010200 1. Insurance Coverages (Current Auto and Liability Insurance) ☐ 010200 2. Proposer’s Firm Proposal ☐ 010300 2. Bid Bond ☐ 010400 3. Proposal (including Unit Price Schedule – if applicable) ☐ 010420 4. Statement of Proposer’s Qualifications (should be included with Firm Proposal) ☐ 010440 5. List of Proposed Subcontractors ☐ 010470 7. Proposer Certifications ☐ 010900 8. Compliance with Davis Bacon Wage Rates ☐ GTC 9. Conflict of Interest Questionnaire (Form CIQ) ☐

*Check when filled out, signed, and included with submission of proposal packet.

Within three (3) days after Recommendation of Award: Proposer acknowledges that within three (3) days after being issued a Recommendation of Award, Successful Contractor is required to complete the following:

010600 1. Contract (executed) 2. Texas Ethics Commission Certificate of Interested Parties (Form 1295)

Within ten (10) days after Notice of Award: Proposer acknowledges that within ten (10) days after Notice of Award, Successful Contractor is required to complete the following before execution and award of the contract:

010700 1. Performance Bond 010720 2. Payment Bond 010800 3. Completed Certificates of Insurance

Prior to Construction: Contractor required to submit Construction Schedule before construction begins.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010480-1 November 6, 2018

Seal (if incorporated) Proposer Name:

Address:

City, State, Zip Code:

Contractor Number:

Contact Name:

Title:

Contact Number:

Contact Email:

Signature of Authorized Agent for Proposer:

Date:

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010480-2 November 6, 2018

SECTION II. CITY OF KILLEEN TERMS AND CONDITIONS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 GENERAL TERMS AND CONDITIONS CITY OF KILLEEN

1. General Conditions

Proposers are required to submit their Proposal upon the following express conditions:

(a) Proposers shall make all investigation necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the Proposal conditions. No plea of ignorance by the Proposer of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the Proposer to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the City or the compensation to the bidder.

(b) Unless specifically stated otherwise in the specifications, only new products or equipment will be acceptable.

2. Preparation of Proposal

Proposal will be prepared in accordance with the following:

(a) All information required by the Proposal shall be furnished. The Proposer shall print or type his/her name and manually sign the Proposal and each continuation sheet on which an entry is made.

(b) Unit prices shall be shown and where there is an error in extension of the price, the unit price shall

govern. (c) Alternate Proposals will not be considered unless authorized by the City.

(d) Proposed delivery time must be shown and shall include weekends and holidays if requested by the City.

(e) The City qualifies for exemption from State and Local Sales and Use Taxes pursuant to the provision of Article 20.04(f) of the Texas Limited Sales, Excise and Use Tax Act. Taxes normally levied on the purchase, rental and lease of materials, supplies and equipment used or consumed in performance of the Contract may be exempted by issuing to suppliers an exemption certificate in lieu of tax. Exemption certificates comply with State Comptroller of Public Accounts Ruling No. 95-0.07. Any such exemption certificate issued in lieu of tax shall be subject to State Comptroller of Public Accounts Ruling No. 95-0.09, as amended. Failure by the Proposer or the Proposer’s Subcontractors to take advantage of the City’s exemption and to obtain such exemption certificate shall make him responsible for paying taxes incurred on materials furnished on the Project without additional cost to or reimbursement by the City.

3. Description of Supplies

Any catalog of manufacturer's reference used in describing an item is merely descriptive, and not restrictive, unless otherwise noted, and is used only to indicate type and quality of material. Proposers are required to state exactly what they intend to furnish; otherwise they will be required to furnish the item as specified.

4. Submission of Proposal

By submitting your Proposal , you acknowledge that the City of Killeen will not accept any Proposal, or execute any submitted contract in conjunction with a Proposal that requires the City to agree to any of the following:

 Governing law other than the law of the State of Texas  Venue other than Bell County  Mandatory arbitration  Artificial limitation of liability  Artificial statute of limitation  Waiver of trial by jury

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-1 November 6, 2018 (a) Proposal and changes thereto shall be enclosed in a sealed envelope addressed to the Purchasing Office, City of Killeen. The names and address of Proposer, the date and hour of the Proposal opening and the Proposal Bid number shall be placed on the outside of the envelope. (b) Proposals must be submitted on the forms furnished. Telegraphic Proposals will not be considered. However, Proposals may be modified by written notice provided such notice is received prior to the time and date set for the Proposal opening.

(c) All Proposal documents shall be sealed and submitted no later than the specified date and hour of the Proposal opening to: Delivery Address: City of Killeen Attn: Purchasing Division 802 N. 2nd Street, Building E 2nd Floor, Room 215 Killeen, Texas 76541

5. Rejection of Proposal

(a) The City may reject a Proposal if:

1. The Proposer misstates or conceals any material fact in the Bid, or if

2. The Proposal does not strictly conform to law or the requirements of the Proposal , or if

3. The Proposal is conditional, except that the Proposer may qualify his Proposal for acceptance by the City as an "All or None" basis.

(b) The City may, however, reject all Proposals Proposer whenever it is deemed in the best interest of the City to do so, and may reject any part of a Proposal unless the Proposal has been qualified as provided in section 5(a) 3 above.

6. Withdrawal of Proposal

Proposal may not be withdrawn for up to ninety (90) days after the time set for the Proposal Bid opening, unless otherwise stated in the RFP Documents.

7. Late Proposal or Modifications

Proposal and modifications received after the time set for the Proposal opening will not be considered.

8. Clarification or Objection to RFP Specifications

If any person contemplating submitting a Proposal for this contract is in doubt as to the true meaning of the specifications, or other RFP documents, or any part thereof, he may submit to Purchasing, a request for clarification by the deadline established in the Bid. All such requests for information shall be made in writing and the person submitting the request will be responsible for its prompt delivery. Any interpretation of the Proposal, if made, will be made only by an addendum duly issued. A copy of such addendum will be distributed to all known Proposers who have expressed an interest in this RFP The City will not be responsible for any other explanation or interpretation of the Proposal made or given prior to the award of the contract. Any objection to the specifications and requirements, as set forth in the RFP documents must be filed in writing with the Purchasing Department by the deadline established in the Bid.

9. Discounts - Deleted

10. Award of the Contract

(a) The contract will be awarded to the responsible Proposer who provides goods or services at the most advantageous Price Bid for the municipality based on, but not limited to, the following factors:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-2 November 6, 2018

See Section 010200 for proposal requirements and evaluation criteria.

(b) Deleted.

(c) Deleted

(d) Prices must be quoted "F.O.B. Destination (Killeen) with all transportation charges prepaid," unless otherwise specified in the RFP Documents Bid.

(e) Deleted

(f) As stated in Section 271.905 of the Texas Local Government Code, “In purchasing under this title any real property or personal property that is not affixed to real property, if a local government receives one or more competitive sealed Bid from a bidder whose principal place of business is in the local government and whose Bid is within three percent of the lowest Bid price received by the local government from a bidder who is not a resident of the municipality, the local government may enter into a contract with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the local government if the governing body of the local government determines, in writing, that the local bidder offers the local government the best combination of contract price and additional economic development opportunities for the local government created by the contract award, including the employment of residents of the local government and increased tax revenues to the local government.”

(g) As stated in Section 271.9051(b) of the Texas Local Government Code, “In purchasing real property or personal property that is not affixed to real property, or services, if a municipality receives one or more competitive sealed Bid from a bidder whose principal place of business is in the municipality and whose Bid is within five percent of the lowest Bid price received by the municipality from a bidder who is not a resident of the municipality, the municipality may enter into a contract for an expenditure of less than $100,000 or a contract for other purchases in an amount of less than $500,000 with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the municipality if the governing body of the local government determines, in writing, that the local bidder offers the municipality the best combination of contract price and additional economic development opportunities for the municipality created by the contract award, including the employment of residents of the municipality and increased tax revenues to the municipality.”

11. Deleted

12. Deleted

13. Deleted

See General Provisions for Termination of Contract.

14. Assurance of Compliance

For Equal Employment Opportunity and Small and/or Minority Business Enterprise Requirements the P ropo se r agrees that if this Proposal is accepted, he/she will not engage in employment practices which have the effect of discriminating against employees or prospective employees because of race, color, religion, national origin, sex, age, handicap, or political belief or affiliation.

15. Conflict of Interest Disclosure Questionnaire

The Propo se r agrees that if a member of the City Council, a Councilmember’s close relative or any officer or employee of the City has a financial interest, direct or indirect, or by reason of ownership of stock in any corporation, in any contract wi th the City, or be financially interested, directly or indirectly, in the sale to the City any land, materials, supplies or services except on behalf of the City, as an officer or employee, the official shall file before a vote or decision on any matter involving t he business entity or the real property, an affidavit stating the nature and extent of the interest and shall abstain from further participation in the matter if:

(a) in the case of a substantial interest in a business entity the action on the matter will have a special economic effect on the business entity that is distinguishable from the effect on the public; or

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-3 November 6, 2018

(b) in the case of a substantial interest in real property, it is reasonably foreseeable that an action on the matter will have a special economic effect on the value of the property, distinguishable from its effect on the public.

Chapter 176 of the Texas Local Government Code mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Killeen, including affiliations and business and financial relationships such persons may have with the City of Killeen. An explanation of the requirements of Chapter 176 and complete text of the new law are available at: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm

16. Venue for Legal Action

This agreement shall be governed and construed according to the laws of the State of Texas. Venue for purposes of any and all lawsuits, causes of actions, claims or disputes shall be in Bell County, Texas.

17. Conflicts in Terms and Conditions for Proposals

If any conflicts exist between the Terms and Conditions for Proposals Bids and the standard form of agreement between the owner and Proposer Bidder, the standard form of agreement between the owner and Proposer shall prevail.

18. Insurance

All Proposers shall have the appropriate amount of insurance while delivering the items once awarded, this coverage shall be present as to cover all losses up until the City accepts the items in writing.

A. Comprehensive General Liability and Property Damage Insurance.

The bidder shall take out and maintain during the life of this Contract such Comprehensive General Liability and Property Damage Insurance as shall protect the City from claims for damages or personal injury, including accidental death, as well as from claims for property damages which may arise from delivering the item under this contract, whether such operations be by himself or by an subcontractor or by anyone directly or indirectly employed by either of them, and the minimum amounts of such insurance shall be as follows:

See General Conditions, Section 10800 for insurance requirements.

B. See General Conditions, Section 10800 for insurance requirements.

19. Acknowledgement

The Proposer, by their signature on the Proposal, represents that they have read the “Terms and Conditions for Bids”, and will comply with these terms and conditions.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-4 November 6, 2018 CONFLICT OF INTEREST QUESTIONNAIRE, FORM CIQ

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-5 November 6, 2018 CONFLICT OF INTEREST QUESTIONNAIRE, FORM CIQ

Chapter 76 of the Texas Local Government Code requires certain persons who wish to conduct business or be considered for business with a city to file a “conflict of interest questionnaire.” The Texas Ethics Commission (TEC) created the conflict of interest questionnaire (FORM CIQ). These laws are codified in Chap. 176 of the Texas Local Government Code.

What vendors/persons are subject to Chapter 176? The word “person” includes a partnership, corporation or other corporate body, including those performing professional services. Such partnerships or corporations act through individuals, but it is the partnership or corporation that would be seeking to do business with the city.

 Any “person” who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity  An agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity  A vendor shall file a completed conflict of interest questionnaire if the person has a business relationship with a local  governmental entity and:

(1) has an employment or other business relationship with an officer of that local governmental entity, or a family member of the officer that results in taxable income exceeding $2,500 during the 12 month period preceding the date a contract is executed or a contract is being considered; Local government officer means a member of the governing body, a person designated the executive officer or an agent (including an employee) who exercises discretion in the planning, recommending or contracting of a vendor, or (2) has given an officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value of more than $100 in the 12 month period preceding the date a contract is executed or a contract is being considered.

What triggers the requirement to file a “conflict of interest questionnaire”? When a person begins (1) contract discussions or negotiations with the city or (2) submits an application, response to request for proposals or bids, correspondence, or another writing related to a potential agreement, Form CIQ must be completed. Whether the person initiates the discussion or the city initiates the discussions, Form CIQ must be completed. Even if the vendor has no affiliation or business relationship with an officer or employee of the city, Form CIQ must be completed and submitted.

To what type of contracts does the bill apply? Any written contract and any implied contract, such as purchase orders, procurement card purchases, utility purchases, or any exchange of money or other consideration for some service or property. The monetary amount or value of the contract/purchase does not matter.

When must a vendor file the conflict of interest questionnaire? No later than seven days after the date the person: (a) begins contract discussions or negotiations with the city, or (b) submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with a city, or (c) becomes aware of an employment relationship with a local government officer or family member of the officer, or (d) becomes aware of a qualifying gift.

What has to be revealed? Section 176.006 requires disclosure of a person’s employment or business relationships. This includes each employment or business relationship with a corporation or other business entity with respect to which a local government officer services as an officer or director or holds an ownership interest of 10% or more.

How do I go about filling out the Conflict of Interest Questionnaire form? Each number below corresponds with the number on FORM CIQ:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-6 November 6, 2018

1. Fill in the full name of the person who is trying to do business with the City. If the person is a corporation, partnership, etc., then it is the name of that corporation, partnership, etc., that is required on Form CIQ.

2. Check box if the form is an update to a form previously completed. Updates are required by the 7th business day after an event that makes a statement in a previously filed questionnaire incomplete or inaccurate. Updates are also required by September 1 of each year in which the person submits a proposal, bid or response to the City of Killeen or begins contract discussions or negotiations with the City.

3. Complete this Section by listing the name of the local government officer (member of City Council, City Manager or an employee who exercises discretion in the planning, recommending or contracting of a vendor) with whom there is an affiliation to or business relationship and you checked the “Yes” box in Section 3 A, B, or C.

If there is more than one local government officer (City Council, City Manager or an employee who exercises discretion in the planning, recommending or contracting of a vendor) with whom there is an affiliation or business relationship, more than one page two may be needed to provide information on each local government officer.

4. State whether the local government officer named on the form receives or is likely to receive taxable income, other than investment income, from the vendor filing the questionnaire.

5. State whether the filer receives or is likely to receive taxable income, other than investment income, from or at the direction of the local government officer named on the form AND the taxable income is not received from the local governmental entity.

6. State whether the filer is employed by a corporation or other business entity with which the local government officer serves as an officer or director or holds an ownership interest of 10% or more.

7. Describe each employment or business relationship with the local government officer named on the form.

8. Signature box. Person completing form must date and sign the form. If the form is being completed for a corporation, partnership, etc. The person signing should be someone who is authorized to act on behalf of the corporation, partnership, etc.

A signature is required in box #4 regardless of any other entry on the form. A copy of Chapter 176 of the Texas Local Government Code can be found at: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG.176.html

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-7 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP GTC-8 November 6, 2018 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity

OFFICE USE ONLY This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. Date Received This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.

A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity.

2 Check this box if you are filing an update to a previously filed questionnaire.

(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than t h e 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed.

Name of Officer

This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.

A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?

Yes No

B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity?

Yes No

C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more?

Yes No

D. Describe each employment or business and family relationship with the local government officer named in this section.

4

Signature of vendor doing business with the governmental entity Date Adopted 8/7/2015 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION III. CONTRACT REQUIREMENTS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 010600

CONTRACT

THIS AGREEMENT made this day of , ______, by and between

______a Corporation organized and existing under the laws of the State of ______hereinafter called the

“Contractor”, and City of Killeen, hereinafter called the “Owner”.

W I T N E S S E T H:

That the Contractor and the Owner for the consideration stated herein mutually agree as follows:

ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, incidentals and services, including utility and transportation services and perform and complete all work required for the construction of Security Surveillance Improvements at Robert Gray Army Airfield in strict accordance with the Contract Documents.

ARTICLE 2. The Contract Price. The Owner will pay the Contractor, because of his performance of the Contract, for the total quantities of work performed at the lump sum and unit prices stipulated in the Price Proposal subject to additions, and deductions as provided in the Section entitled “CHANGES IN THE WORK” under GENERAL PROVISIONS.

ARTICLE 3. Contract Time. The Contractor agrees to begin work within ten (10) calendar days after issuance by the Owner of a “Notice to Proceed” and to complete the work within one hundred eighty (180) consecutive calendar days thereafter (except as modified in accordance with the GENERAL CONDITIONS of these Contract Documents). If the Contractor shall fail to complete the work within the time specified, he and his Surety shall be liable for payment to the Owner, as liquidated damages ascertained and agreed, and not in the nature of a penalty, the amount specified in GENERAL PROVISIONS of these Contract Documents for each day of delay. To the extent sufficient in amount, liquidated damages shall be deducted from the payments to be made under this Contract.

ARTICLE 4. Contract. The executed Contract Documents shall consist of the following:

a. Executed Contract b. Addenda (if any) c. Request for Proopsals d. Instructions to Offerors e. Proposal f. Statement of Offeror’s Qualifications g. Offeror’s Checklist of Required Items h. City of Killeen Terms and Conditions i. Performance and Payment Bonds j. General Provisions k. Special Provisions l. DPW Division 01 Specifications l. Technical Specifications m. Project Plan Drawings n. Certificates of Insurance and Insurance Policies

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010600-1 November 6, 2018 This Contract together with other Documents enumerated in this Article 4, which said other Documents are as fully a part of the Contract Documents as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflicts with any provision of any other component part, the conflict shall be resolved by the Engineer whose decision shall be final.

ARTICLE 5. Surety. The Surety on the Performance and Payment Bonds shall be a surety company of financial resources satisfactory to the Owner, authorized to do business in the State of the Project, and shall comply with applicable state laws.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in four (4) counterparts, each of which shall be considered an original on the day and year first written.

(Contractor)

ATTEST: By

Title:

(Street)

(City)

(Owner)

ATTEST: By

Title: (Print the names underneath all signatures)

END OF SECTION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010600-2 November 6, 2018 010700 - PERFORMANCE BOND

1. NOTIFICATION

The Surety’s obligation under this Bond shall arise after:

1.1 The Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Default. Such notice shall indicate that the Owner is requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor’s performance. Unless the Owner agrees otherwise, any conference requested under this Paragraph shall be held within ten (10) business days of the Surety’s receipt of the Owner’s notice. If the Owner, the Contractor, and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner’s right, if any, subsequently to declare a Contractor Default;

1.2 The Owner declares a Default, terminates the Construction Contract and notifies the Surety.

Notice to the Surety, the Owner, or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Failure on the part of the Owner to comply with the notice requirement shall not constitute a failure to comply with a condition precedent to the Surety’s obligations, or release the Surety from its obligations.

The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations.

2. SURETY’S ACTIONS

When the Owner has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety’s expense take one of the following actions:

2.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract;

2.2 Undertake to perform and complete the Construction Contract itself, through its mutually acceptable agents or independent contractors;

2.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owners concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 3 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or

2.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable promptness under the circumstances:

2.4.1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or

2.4.2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010700-1 November 6, 2018 3. SURETY OBLIGATIONS

If the Surety elects to act under Paragraph 2.1, 2.2, or 2.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication for:

3.1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract;

3.2 additional legal, design professional, and delay costs resulting from the Contractor’s Default, and resulting from the actions or failure to act of the Surety under Paragraph 2; and

3.3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor.

4. SURETY DEFAULT

If the Surety does not proceed as provided in Paragraph 2 with reasonable promptness, the Surety shall be deemed to be in default on this Bond ten days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Paragraph 2.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.

5. PROCEEDINGS

Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum periods of limitations available to sureties as a defense in the jurisdiction of the suit shall be applicable.

6. STATUTORY REQUIREMENTS

When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010700-2 November 6, 2018 7. PERFORMANCE BOND CERTIFICATE

KNOW ALL MEN BY THESE PRESENTS:

THAT WE, as Principal, hereinafter called "Principal", and

, State of , as

Surety, hereinafter called "Surety", are held and firmly bound unto the City of Killeen, Killeen, Texas, as Obligee, hereinafter called "Owner", in the amount of:

Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT:

WHEREAS, the Principal entered into a Contract with the Owner by written agreement dated the day of , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract,

“Security Surveillance Improvements at Robert Gray Army Airfield"

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract, including without limitation the maintenance warranty thereof, during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect.

Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived.

In no event shall the aggregate liability of the Surety exceed the sum set out herein.

This bond is executed pursuant to the terms of Texas Law, as amended.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010700-3 November 6, 2018 Executed on this day of , 20 .

SEAL

Principal

By Signature

By Print Name and Title

SEAL

Surety

By Attorney-In-Fact - Signature

By Attorney-In-Fact - Print Name and Title

Surety Address for giving Notices: - ______

______

NOTES: Attach Power of Attorney.

Date of Bond must not precede date of Contract.

A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010700-4 November 6, 2018 010720 - PAYMENT BOND

1. NOTIFICATION

The Surety’s obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in the Bond Certificate) of claims, demands, liens, or suits against the Owner or the Owner’s property by any person or entity seeking payment for labor, materials, or equipment furnished for use in the performance of the Construction Contract, and tendered defense of such claims, demands, liens, or suits to the Contractor and the Surety.

The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders, and other obligations. When the Owner has made notification, the Surety shall promptly and at the Surety’s expense defend, indemnify, and hold harmless the Owner against a duly tendered claim, demand, lien, or suit.

The Surety’s obligations to a Claimant under this Bond shall arise after Claimants have furnished a written notice of non-payment to the Contractor, Surety, or Owner, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, labor, or equipment was furnished or supplied. It is sufficient if a notice of non-payment is given to the Contractor by the Owner.

2. SURETY’S OBLIGATION

When a Claimant has satisfied the conditions of Paragraph 1, the Surety shall promptly and at the Surety’s expense take the following actions:

2.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and

2.2 Pay or arrange for payment of any undisputed amounts.

2.3 The Surety’s failure to discharge its obligations under Paragraph 2.1 or 2.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Paragraph 2.1 or 2.2, the Surety shall indemnify the Claimant for the reasonable attorney’s fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant.

3. DEDICATION OF BOND FUNDS

Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner’s priority to use the funds for the completion of the work.

4. OTHER OBLIGATIONS

The Surety shall not be liable to the Owner, Claimants, or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010720-1 November 6, 2018 payments to or give notice on behalf of Claimants, or otherwise have any obligations to Claimants under this Bond.

5. PROCEEDINGS

No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

6. STATUTORY REQUIREMENTS

When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereto and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010720-2 November 6, 2018 7. PAYMENT BOND CERTIFICATE

KNOW ALL MEN BY THESE PRESENTS:

THAT WE, as Principal, hereinafter called "Principal", and

, State of , as

Surety, hereinafter called "Surety", are held and firmly bound unto the City of Killeen, Killeen, Texas, as Obligee, hereinafter called "Owner", in the amount of:

Dollars ($ ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT:

WHEREAS, the Principal entered into a Contract with the Owner by written agreement dated the day of , 20 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract,

"Security Surveillance Improvements at Robert Gray Army Airfield"

NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect.

Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived.

In no event shall the aggregate liability of the Surety exceed the sum set out herein.

This bond is executed pursuant to the terms of Texas Law, as amended.

Executed on this day of , 20 .

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010720-3 November 6, 2018 SEAL

Principal

By Signature

By Print Name and Title

SEAL

Surety

By Attorney-In-Fact - Signature

By Attorney-In-Fact - Print Name and Title

Surety Address for giving Notices: ______

______

NOTES: Attach Power of Attorney.

Date of Bond must not precede date of Contract.

A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010720-4 November 6, 2018 SECTION IV. GENERAL CONDITIONS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 010800 - GENERAL CONDITIONS

TABLE OF CONTENTS

ARTICLE TITLE

GC.1 DEFINITIONS GC.2 SUPERINTENDENCE BY CONTRACTORS GC.3 CONTRACTOR'S EMPLOYEES GC.4 SAFETY GC.5 SUBCONTRACTS GC.6 OTHER CONTRACTS GC.7 BOND GC.8 CONTRACTOR'S INSURANCE GC.8.1 Commercial General and Umbrella Liability Insurance GC.8.2 Continuing CGL Coverage GC.8.3 Owner’s and Contractor’s Protective Liability Insurance. GC.8.4 Commercial Auto and Umbrella Liability Insurance GC.8.5 Workers’ Compensation Insurance GC.8.6 Property Insurance GC.8.7 Primary and Non-contributory GC.8.8 Waiver of Subrogation GC.8.9 No Implied Waiver GC.8.10 Cancellation, Non-Renewal, and/or Impairment Notification GC.9 SAMPLE CERTIFICATE OF LIABILITY INSURANCE GC.10 CONTRACTOR’S AND SUBCONTRACTOR’S INDEMNIFICATION PROVISION GC.11 FITTING AND COORDINATION OF THE WORK GC.12 KNOWLEDGE OF CONDITIONS GC.13 MUTUAL RESPONSIBILITY OF CONTRACTORS GC.14 PAYMENT TO CONTRACTOR GC.14.1 Withholding Payments GC.14.2 Final Payment GC.14.3 Payments Subject to Submission of Certificates GC.15 USE OF COMPLETED PORTIONS GC.16 CHANGES IN THE WORK GC.17 CLAIMS FOR EXTRA COST GC.18 OWNER'S RIGHT TO TERMINATE CONTRACT GC.19 SUSPENSION OF WORK GC.20 CONTRACT TIME – DELAYS – EXTENSION OF TIME GC.20.1 Contract Time GC.20.2 Excusable Delays GC.20.3 Extension of Time GC.21 PROGRESS SCHEDULE GC.22 LIQUIDATED DAMAGES FOR DELAY GC.23 DISPUTES GC.24 ASSIGNMENT OR NOVATION GC.25 TECHNICAL SPECIFICATIONS AND DRAWINGS GC.26 RECORD DRAWINGS GC.27 SHOP DRAWINGS GC.28 SUBMITTALS GC.29 REQUESTS FOR SUPPLEMENTARY INFORMATION GC.30 REFERENCE TO MANUFACTURER OR TRADE NAME - "OR EQUAL CLAUSE" GC.31 SAMPLES, CERTIFICATES, AND TESTING GC.32 TEST BORINGS/SUBSURFACE INFORMATION GC.33 PERMITS AND CODES GC.34 RIGHTS-OF-WAY

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-1 November 6, 2018 GC.35 CARE OF WORK GC.36 QUALITY OF WORK AND PROPERTY GC.37 BARRICADES, LIGHTS, AND OTHER MEASURES GC.38 FENCES AND DRAINAGE CHANNELS GC.39 WATER FOR CONSTRUCTION GC.40 MATERIAL STORAGE GC.41 EXISTING UTILITIES AND SERVICE LINES GC.42 DEFECTIVE WORK GC.43 ACCIDENT PREVENTION GC.44 TRENCH AND EXCAVATION SAFETY SYSTEMS GC.45 UNDERGROUND FACILITIES GC.46 SANITARY FACILITIES GC.47 USE OF PREMISES GC.48 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED GC.49 LIGHT AND POWER GC.50 USED MATERIALS GC.51 REMOVAL OF DEBRIS, CLEANING, ETC. GC.52 EXISTING STRUCTURES GC.53 EMERGENCIES GC.54 HAZARDOUS MATERIALS GC.55 RETURN OF OWNER'S MATERIALS, EQUIPMENT, OR PROPERTY GC.56 PAY ITEM DESCRIPTION GC.57 SPARE PARTS GC.58 OBSERVATION OF WORK GC.59 REVIEW BY OWNER GC.60 PROHIBITED INTERESTS GC.61 SUBSTANTIAL COMPLETION GC.62 FINAL INSPECTION AND ACCEPTANCE GC.63 CONTRACTOR’S OBLIGATION TO COMPLETE THE WORK GC.64 PATENTS GC.65 WARRANTY OF TITLE GC.66 GENERAL GUARANTY GC.67 REUSE OF DOCUMENTS GC.68 RELEASE AND CONTRACTOR'S AFFIDAVIT

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-2 November 6, 2018 GC.1 DEFINITIONS

Wherever used in any of the Contract Documents, the following meanings shall be given to the terms herein defined:

(1) "Addendum" means any change, revision, or clarification of the Contract Documents which has been duly issued by the Owner, or the Engineer, to prospective Bidders prior to the time of receiving bids.

(2) "Award" means the acceptance by the owner of the successful bidder's proposal.

(3) “Balance of the Contract Price” means the total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including allowance for the Contractor for any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract.

(4) "Bidder" means any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. “Bidder” may also be interchangeable with "Offeror" or “Proposer”.

(5) "Calendar Day" means every day shown on the calendar.

(6) "Change Order" means a written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the scope of work affected by the change. The work covered by the change order shall be within the scope of the contract.

(7) "Claim" means (a) A demand or assertion by Owner directly to Contractor, duly submitted in compliance with the procedural requirements set forth herein: seeking an adjustment of Contract Price or Contract Times, or both; contesting an initial decision by Engineer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; contesting Engineer’s decision regarding a Change Proposal; seeking resolution of a contractual issue that Engineer has declined to address; or seeking other relief with respect to the terms of the Contract; or (b) a demand or assertion by Contractor directly to Owner, duly submitted in compliance with the procedural requirements set forth herein, contesting Engineer’s decision regarding a Change Proposal; or seeking resolution of a contractual issue that Engineer has declined to address. A demand for money or services by a third party is not a Claim.

(8) "Contract" means the Contract executed by the Owner and the Contractor of which these GENERAL CONDITIONS form a part.

(9) "Contract Documents" means and shall include, but not be limited to, the following: Executed Contract, Addenda (if any), Advertisement For Bids, Instructions to Bidders, Statement of Bidders Qualifications, List of Proposed Subcontractors, Proposal, Performance-Payment Bond, General Conditions, Special Conditions, Technical Specifications, and Drawings.

(10) "Contractor" means the person, firm, or corporation entering into the Contract with the Owner to construct and install the improvements embraced in this project.

(10) “Default” means the failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Contract Documents.

(11) “Defective” means Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to Engineer’s recommendation of final payment.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-3 November 6, 2018 (11) "Engineer" means the Owner or any other person or persons employed by said Owner to furnish Engineering services in connection with the construction embraced in the Contract.

(12) "Local Public Agency" or "Owner" means the City of Killeen, Texas, which is authorized to undertake this Contract.

(13) "Plans" or "Drawings" means the official drawings or exact reproductions which show the location, character, and details of the work contemplated, and which are to be considered part of the contract, supplementary to the specifications.

(14) "Proposal" means the written offer of the Bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications.

(15) "Specifications" means a part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials, or testing, which are sited in the specifications by reference shall have the same force and effect as if included in the contract physically.

(16) "Subcontractors" shall mean the individual, partnership or corporation entering into an agreement with the Contractor to perform any portion of the work covered by the Plans and Specifications.

(17) "Surety" shall mean any person, firm, or corporation that has executed, as Surety, the Contractor's Performance Bond securing the performance of the Contract.

(18) "Technical Specifications" means that part of the Contract documents which describes, outlines and stipulates the quality of the materials to be furnished; the quality of workmanship required; and the controlling requirements to be met in carrying out the construction work to be performed under this Contract. This also includes Special Provisions.

(19) "Work" shall mean the furnishing of all necessary labor, tools, equipment, appliances, supplies, and material other than materials furnished by the Owner as specified to complete the construction covered by the Plans and Specifications.

(20) "Substantial Completion" shall mean the completion of the project to the extent that all component parts are suitable for their intended use and the final punch list has been completed. The Owner, at his or her sole discretion, may waive punch list items required for substantial completion.

GC.2 SUPERINTENDENCE BY CONTRACTORS

Except where the Contractor is an individual and gives his personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Owner and the Engineer, on the work at all times during working hours with full authority to supervise and direct the work and who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. During working hours, the Contractor’s superintendent shall be equipped with a mobile phone or other communication device suitable to the Engineer for contact by the Engineer or Owner.

The Owner shall have the authority to require the Contractor to remove from the work any incompetent or insubordinate superintendent.

GC.3 CONTRACTOR'S EMPLOYEES

The Contractor shall employ only competent skillful workers and shall at all times enforce strict discipline and good order among the employees.

The Contractor shall neither permit nor suffer the introduction or use of alcoholic beverages or controlled

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-4 November 6, 2018 substances upon or about the work embraced in this Contract.

The Contractor shall be responsible to conduct business and carry out the work on this Project utilizing the highest level of respect, manners, deportment, attitude, demeanor, appearance, and all other positive ways when working, explaining, discussing, occupying, or other in the presence of the public or on private or public property. The use of foul language, offensive or lewd behavior, unprofessional attire, parking on private property, storage of materials on private property or other undesirable conduct shall be strictly forbidden and shall be grounds for the termination of this Agreement. There shall be no tolerance for unprofessional behavior on the part of the Contractor, his/her employees, Subcontractors or laborers on this Project.

The Owner may require the Contractor to dismiss from the work such employee or employees as the Owner or the Engineer may deem incompetent, careless, or insubordinate.

GC.4 SAFETY

The Contractor shall be responsible for the safety of all persons on the Site who may be affected during the progress of the work as well as the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any damage to persons or property which may result from their failure or their improper construction, maintenance, or operation. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection.

Contractor shall inform Owner and Engineer of the specific requirements of Contractor’s safety program with which Owner’s and Engineer’s employees and representatives must comply while at the Site.

GC.5 SUBCONTRACTS

The Contractor is responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by the subcontractors and is aware that nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner.

GC.6 OTHER CONTRACTS

The Owner may award, or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with such other contractors, by scheduling his own work with that to be performed under other Contracts as may be directed by the Owner. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor as scheduled.

GC.7 BOND

Within the time referenced herein, the Contractor shall furnish a good and sufficient surety bond, in the full amount of the Contract sum, guaranteeing the faithful performance of all covenants, stipulations, and agreements of the Contract, the payment of all bills and obligations arising from the execution of the Contract, (which bills or obligations might or will in any manner become a claim against the Owner), and guaranteeing the work included in this Contract against faulty materials and/or poor workmanship for one (1) year after the date of completion of Contract.

All provisions of the bond shall be complete and in full accordance with Statutory requirements. The bond shall be executed with the proper sureties through a company licensed and qualified to operate in the state and approved by the Owner. The issuing agent's power of attorney shall be attached to the bond and the bond shall be signed by an agent resident in the state and date of bond shall be the date of execution of the Contract. If at any time during the continuance of the Contract the surety on the Contractor's bond becomes irresponsible, the Owner shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the Owner within ten (10) days after notice to do so. In default thereof, the Contract may be suspended and all payments or money due the Contractor withheld.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-5 November 6, 2018 GC.8 CONTRACTOR'S INSURANCE

Contractor shall obtain insurance of the types and in the amounts described below. The insurance shall be written by insurance companies and on forms acceptable to Owner.

Owner (“City of Killeen”), “Robert Gray Army Airfield Directorate of Public Works Fort Hood” and “Garver, LLC” shall be included as an insured under the CGL, (using ISO Additional Insured Endorsement CG 20 10 11 85 or a substitute providing equivalent coverage), and under the commercial automobile liability (using ISO Additional Insured Endorsement CA 2048 or a substitute providing equivalent coverage), and commercial umbrella, if any. This insurance, including insurance provided under the commercial umbrella, if any, shall apply as primary and non-contributory insurance with respect to any other insurance or self- insurance programs afforded to, or maintained by, Owner.

GC.8.1 Commercial General and Umbrella Liability Insurance

Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance, with a limit of not less than $5,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to the Project.

CGL insurance shall be written on ISO occurrence form CG 20 10 (11-85) (or a substitute combination of the following forms CG 20 10 (10-01) and CG 20 37 (10-01) providing equivalent coverage) and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury and liability assumed under an insured contract.

There shall be no endorsement or modification of the CGL limiting the scope of coverage for liability arising from pollution, explosion, collapse, underground property damage, or amending the contractual coverage in the ISO occurrence form.

GC.8.2 Continuing CGL Coverage

Contractor shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella liability insurance, with a limit of not less than $5,000,000 each occurrence for at least 3 years following substantial completion of the Work.

Continuing commercial umbrella coverage, if any, shall include liability coverage for damage to the insured's completed Work equivalent to that provided under ISO form CG 00 01.

GC.8.3 Owner’s and Contractor’s Protective Liability Insurance.

Contractor shall maintain Owner’s and Contractor’s Protective Liability (OCP) insurance on behalf of Owner, Robert Gray Army Airfield Directorate of Public Works Fort Hood, and Garver, LLC, as named insured, with a limit of $1,000,000.

GC.8.4 Commercial Auto and Umbrella Liability Insurance

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident.

Such insurance shall cover liability arising out of any auto (including owned, hired and non-owned autos).

Commercial auto coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12, CA 00 20, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage equivalent to that provided in the 1990 and later editions of CA 00 01.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-6 November 6, 2018 If the Contract Documents require Contractor to remove and haul hazardous waste from the Project site, or if the Project involves such similar environmental exposure, pollution liability coverage equivalent to that provided under the ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement (CA 99 48) shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached.

GC.8.5 Workers’ Compensation Insurance

Contractor shall maintain workers’ compensation and employer’s liability insurance.

The employer’s liability, and if necessary commercial umbrella, limits shall not be less than $500,000 each accident for bodily injury by accident or $500,000 each employee for bodily injury by disease.

If Contractor leases its employees, the alternate employer endorsement (WC 00 03 01 A) shall be attached showing Owner in the schedule as the alternate employer.

Where applicable, U.S. Longshore and Harborworkers Compensation Act Endorsement shall be attached to the policy.

Where applicable, Nonappropriated Fund Instrumentalities Act (NFIA) shall be attached to the policy. NFIA extends the coverage of the Longshore and Harbor Workers' Compensation Act to civilian employees working on United States military bases throughout the world who are not paid with funds appropriated by Congress. These employees, working in facilities operated for the comfort, contentment, and improvement of armed forces personnel, are instead compensated with funds generated from earnings of their facility.

Where applicable, Outer Continental Shelf Lands Act Endorsement shall be attached to the policy.

Where applicable, the Maritime Coverage Endorsement shall be attached to the policy.

If project is located in a state where workers compensation is secured via monopolistic state funds, include evidence of the “Stop Gap” endorsement to the general liability policy.

GC.8.6 Property Insurance

If applicable, Contractor shall purchase and maintain property insurance for the Work. Such insurance shall be written in an amount at least equal to the initial contract sum as well as subsequent modifications of that sum. The insurance shall apply on a replacement cost basis. If the insurance obtained in compliance with this paragraph is builders risk insurance, coverage shall be written on a completed value form.

The property insurance as required above shall name as insureds the Owner, Contractor, and all subcontractors and sub-subcontractors on the Project.

GC.8.7 Primary and Non-contributory

Contractor agrees that the insurance listed above, including insurance provided under the commercial umbrella, if any, shall apply as primary and non-contributory insurance with respect to any other insurance or self-insurance programs afforded to, or maintained by, Owner.

GC.8.8 Waiver of Subrogation

Contractor waives all rights against the Owner and Garver, LLC and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability, commercial umbrella liability insurance, automobile liability insurance and workers compensation insurance maintained pursuant to paragraph GC.8 of this agreement.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-7 November 6, 2018 GC.8.9 No Implied Waiver Contractor shall furnish certifications matching the coverage requirements. Failure of Owner or Engineer to demand such certificate or other evidence of full compliance with these insurance requirements or failure of Owner or Engineer to identify a deficiency from evidence that is provided shall not be construed as a waiver of the contractors obligations to furnish and maintain such insurance, or as a waiver to the enforcement of any of the provisions at a later date. Any waiver of the contractor’s obligation to furnish such certificate or maintain such evidence must be by written change order and signed by a Managing Member (Officer) of the Engineer and the Owner.

GC.8.10 Cancellation, Non-Renewal, and/or Impairment Notification

The Contractor shall not cause any insurance policy to be cancelled or permit it to lapse and all insurance policies shall include an endorsement to the effect that the insurance policy or certificate shall not be subject to cancellation or to a reduction in the required limits of liability or amounts of insurance until notice has been mailed to the Owner and Engineer, stating the date when such cancellation or reduction shall be effective, which date shall not be less than (60) days after such notice.

Notice shall be sent via email and regular mail to the following persons and addresses:

Owner: City of Killeen, Texas Matthew Van Valkenburgh, A.A.E. 8101 S Clear Creek Road, Box C Killeen, Texas 76549-2557

[email protected]

Garver: Josh Crawford, PE 2300 Greenhill Drive, Suite 110 Round Rock, Texas 78664

[email protected]

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-8 November 6, 2018 GC.9 SAMPLE CERTIFICATE OF LIABILITY INSURANCE

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-9 November 6, 2018 GC.10 CONTRACTOR’S AND SUBCONTRACTOR’S INDEMNIFICATION PROVISION

(1) INDEMNIFICATION: The CONTRACTOR and/or SUBCONTRACTOR shall indemnify and hold harmless the OWNER, ENGINEER, ENGINEER’S Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of Engineers, Engineers, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss, or damage (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by a negligent act or omission of the Contractor, any Subcontractor or Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work.

(2) NO LIMITATION UPON LIABILITY: In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative or such employee) of CONTRACTOR, any Subcontractor or Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish an of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph (1) shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers’ compensation acts, disability benefits acts or other employee benefit acts.

(3) ENGINEER/ENGINEER EXCLUSION: The indemnification obligations of CONTRACTOR under paragraph (1) shall not extend to the liability of ENGINEER and ENGINEER’S Consultants, officers, directors, employees, or agents caused by the professional negligence, errors, or omissions of any of them, arising out of: the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specifications.

GC.11 FITTING AND COORDINATION OF THE WORK

The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work.

GC.12 KNOWLEDGE OF CONDITIONS

The Contractor states that he has examined all the available records and has made a field examination of the site and right-of-way and that he has informed himself about the character, quality, and quantity of surface and subsurface materials and other conditions to be encountered; the quantities in various sections of the work; the character of equipment and facilities needed for the prosecution of the work; the location and suitability of all construction materials; the local labor conditions; and all other matters in connection with the work and services to be performed under this contract.

GC.13 MUTUAL RESPONSIBILITY OF CONTRACTORS

If, through acts of neglect or through failure to comply with any applicable Government regulations by the Contractor, any other Contractor or any Subcontractor shall suffer loss or damage on the work, the Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration, if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on account of any damage alleged to have been so sustained, the Owner will notify this Contractor, who shall defend at his own expense any suit based upon such claim, and, if any judgment or claims against the Owner shall be allowed, the Contractor shall pay or satisfy such judgment or claim and pay all costs and expenses in connection therewith.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-10 November 6, 2018 GC.14 PAYMENT TO CONTRACTOR

The Engineer will prepare (with the required assistance from the Contractor) the application for partial payment. A cut-off time shall be established near the last day of the month such as to allow sufficient time for the application to be prepared, approved by the Contractor, and submitted by the Engineer to the Owner by the first day of the successive month.

The amount of the payment due to the Contractor shall be determined by the total value of work completed to date, deducting five percent (5%) for retainage (to assure faithful performance of the contract), adding the value of submitted paid invoices covering construction materials, properly stored on the site or in a bonded warehouse, and deducting the amount of all previous payments.

The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit and lump sum prices contained in the Proposal. The value of materials properly stored on the site or in a bonded warehouse shall be based upon the estimated quantities of such materials and the invoice prices. Copies of paid invoices, covering construction materials for which material payments are made, shall be furnished to the Engineer before such material payments are made.

Monthly or partial payments made by the Owner to the Contractor are monies advanced for the purpose of assisting the Contractor to expedite the work of construction. All material and complete work covered by such monthly or partial payments shall remain the property of the Contractor, and he shall be responsible for the care and protection of all materials and work upon which payments have been made. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details.

GC.14.1 Withholding Payments

The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if it so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his Subcontractors or material dealers, or to withhold any monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall not impair the obligations of any Surety or Sureties under any bond or bonds furnished under this Contract. Such withholding may also occur as a result of the Contractor's failure or refusal to prosecute the work with such diligence as will insure its completion within the time specified in these Contract Documents, or as modified as provided in these Contract Documents, or if the Contractor fails to comply with any applicable regulations promulgated by the U.S. Government or any other Government agencies.

GC.14.2 Final Payment

After final inspection and acceptance by the Owner (see section GC.62) of all work under the Contract, the application for final payment including retainage shall be prepared which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit and lump sum prices stipulated in the Unit Price Schedule. The total number of the final payment due the Contractor under this Contract shall be the amount computed as described above less all previous payments. All prior payments shall be subject to correction in the final payment. Final payment to the Contractor shall be made within thirty (30) days after the construction contract has been completed, subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of his Contract, other than such claims, if any, as may be specifically excepted by the Contractor from the operation and the release as provided under the section entitled DISPUTES under GENERAL CONDITIONS.

The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-11 November 6, 2018 all Subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project), and services to the Contractor, if the Owner deems the same necessary in order to protect its interest. The Owner, however, may, if it deems such action advisable, make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall not impair the obligations of any Surety or Sureties furnished under this Contract.

Withholding of any amount due the Owner under the section entitled LIQUIDATED DAMAGES FOR DELAY under GENERAL CONDITIONS, shall be deducted from the payments due the Contractor.

All equipment warranties and general guarantee provisions shall become effective for one year upon date of final acceptance of the completed project by the Owner.

GC.14.3 Payments Subject to Submission of Certificates

Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him.

GC.15 USE OF COMPLETED PORTIONS

The Owner shall have the right to use any completed or partially completed portion of the work and such use shall not be considered as an acceptance of any work.

GC.16 CHANGES IN THE WORK

The Owner may make changes in the scope of the work required to be performed by the Contractor under the Contract or make additions thereto, or omit work therefrom without invalidating the Contract, and without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the Guaranty Bonds, and without relieving or releasing the Surety or Sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise.

Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the improvements, or supply additional labor, services or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the Owner authorizing the Contractor to proceed with the change. No claim for an adjustment of the Contract price will be valid unless so ordered.

After the work is complete, a final change order may be prepared to be accepted by the Owner and Contractor to adjust final payment as required to cover the actual units of work acceptably completed.

If the applicable unit prices are contained in the Proposal (established as a result of either a unit price or a Supplemental Schedule of Unit Prices) the Owner may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the applicable unit and lump sum prices specified in the Contract; provided that in case of a unit price Contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five (25) percent .

If applicable unit prices are not contained in the Unit Price Schedule as described above or if the total net change increases or decreases the total Contract price more than twenty-five (25) percent, the Owner shall, before ordering the Contractor to proceed with a desired change, request an itemized Proposal from him covering the work involved in the change after which the procedure shall be as follows:

(1) If the Proposal is acceptable the Owner will prepare the Change Order in accordance therewith for acceptance by the Contractor and

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-12 November 6, 2018 (2) If the Proposal is not acceptable and prompt agreement between the two (2) parties cannot be reached, the Owner may order the Contractor to proceed with the work on a Force Account basis, under which the net cost shall be the sum of the actual costs that follow:

(A) Labor, including foremen;

(B) Materials entering permanently into the work;

(C) The ownership or rental cost of construction plant and equipment during the time of use on the extra work;

(D) Power and consumable supplies for the operation of power equipment;

(E) Insurance;

(F) Social Security and old age and unemployment contributions.

To the net cost shall be added a fixed fee agreed upon, but not to exceed fifteen (15) percent of the net cost, to cover supervision, overhead, bond, and any other general expense, and profit.

Each Change Order shall include in its final form:

(1) A detailed description of the change in the work.

(2) The Contractor's Proposal (if any) or a conformed copy thereof.

(3) A definite statement as to the resulting change in the Contract price and/or time.

(4) The statement that all work involved in the change shall be performed in accordance with Contract requirements except as modified by the Change Order.

GC.17 CLAIMS FOR EXTRA COST

If the Contractor claims that any work encountered related to the project involves additional cost or extension of time beyond what has been required in the contract documents, he shall immediately notify the Engineer, and within ten (10) days after encountering such additional work or delays, and in any event before proceeding to execute the work, submit his claim for additional project time or additional compensation thereto in letter format to the Owner, with a copy to the Engineer. No such claim will be considered unless so made and within the 10 day timeframe.

At a minimum, the following information shall be numbered as follows and must be provided with the submitted claim:

(1) Project name (2) Claim number (3) Date encountered (4) Nature of the event (5) Location of the event (6) Cause of the event (7) Impact of the event (8) Items of work affected by the event (9) The name, title, and activity of each of the Owner’s representative knowledgeable about facts that gave rise to such claim (10) The name, title, and activity of each Contractor or employee knowledgeable about facts that gave rise to such claim (11) The cost or extension of time associated with the event

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-13 November 6, 2018 (12) Any additional supporting information

Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour lines, or bench marks, will not be recognized unless accompanied by certified survey data made prior to the time the original ground was disturbed, clearly showing that errors exist which resulted or would result in handling more material, or performing more work, than would be reasonably estimated from the Drawings and maps issued.

Any discrepancies which may be discovered between actual conditions and those represented by the Drawings and maps shall at once be reported to the Owner, and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Owner.

The Owner will provide documentation of the decision in writing to the Contractor whether the decision be approval of the claim, denial of the claim or a request for additional information. The Owner’s decision on any claim will be the final resolution to the claim.

If, on the basis of the available evidence, the Owner determines that an adjustment of the Contract Price and/or Time is justifiable, the procedure shall then be as provided in the Section entitled CHANGES IN THE WORK under GENERAL CONDITIONS.

GC.18 OWNER'S RIGHT TO TERMINATE CONTRACT

If the Contractor shall be adjudged as bankrupt or shall file a petition for an arrangement or reorganization under the Bankruptcy Act, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except under conditions where extension of time is approved, to supply adequate workmen, equipment and material, or disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a violation of any provisions of the Contract; provided further that if the Contractor at any time fails to comply with any applicable Federal or State regulation which prevents either the Owner or the Contractor from fulfilling its obligations under these Contract Documents, then the Owner upon certification of the Engineer that sufficient cause exists to justify such action may, without prejudice to any other right or remedy, and after giving the Contractor ten (10) days' written notice, terminate the employment of the Contractor. At the expiration of the said ten (10) days, the Owner may immediately serve notice upon the Surety to complete the work.

In the case the Surety fails to comply with the notice within thirty (30) days after service of such notice, the Owner may complete the work and charge the expense of the completion. Contractor shall not be entitled to receive any further payment until the work is completed. If the unpaid balance of the Contract Price exceeds the cost to complete the work, including all related claims, costs, losses, and damages (including but not limited to all fees and charges of Engineers, Engineers, attorneys, and other professionals) sustained by Owner, such excess will be paid to Contractor. If the cost to complete the work including such related claims, costs, losses, and damages exceeds such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this paragraph, Owner shall not be required to obtain the lowest price for the work performed.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-14 November 6, 2018 Where Contractor’s services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue, or any rights or remedies of Owner against Contractor or any surety under any payment bond or performance bond. Any retention or payment of money due Contractor by Owner will not release Contractor from liability. Owner may not proceed with termination of the Contract if Contractor within ten days of receipt of notice of intent to terminate begins to correct its failure to perform and proceeds diligently to cure such failure. Upon ten days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract for convenience. In such case, Contractor shall be paid for completed and acceptable work executed in accordance with the Contract Documents prior to the effective date of termination. Contractor shall not be paid on account of loss of anticipated overhead, profits, or revenue, or other economic loss arising out of or resulting from such termination.

GC.19 SUSPENSION OF WORK

Should contingencies arise to make such action necessary, the Owner shall have the right to suspend the whole or any part of the work for a period not to exceed ninety (90) days by giving the Contractor notice in writing three (3) days prior to the suspension. Because the work is on an active , Fort Hood authorities have the option to suspend work for emergencies. Although uncommon, emergencies may occur that prevent a suspension of work which prevent the Owner from providing three (3) days’ prior notice.

The Contractor, after written notice to resume work, shall begin within ten (10) days from the date of such notice.

If the work or any part thereof shall be stopped by the Owner's notice and the Owner fails to notify the Contractor to resume work within ninety (90) days, the Contractor may abandon that portion of the work so suspended. The Contractor shall be paid for all acceptable work not deemed as defective that has been performed on the portion so suspended at unit prices quoted in the Unit Price Schedule for completed work involved, at agreed prices on any extra work involved, and at a fair and equitable price for partially completed work involved.

The Engineer may suspend work pending the settlement of any controversy. The Contractor shall not be entitled to any claim for loss or damage by reason of such delay, nor shall he be entitled to any extension of time; but an extension may be granted by the Owner at his discretion.

GC.20 CONTRACT TIME – DELAYS – EXTENSION OF TIME

GC.20.1 Contract Time

The time allowed for the completion of the work will be as specified in the contract as Calendar Day. It is understood and agreed by and between the Owner and the Contractor that the time of completion herein set out is a reasonable time. The Contractor shall perform fully, entirely, and in an acceptable manner, the work contracted for within the contract time stated in the Contract. The contract time shall be counted from ten days after the effective date of the “Notice to Proceed”, or the date work commences, whichever occurs first.

(1) CALENDAR DAY: Calendar day contract time includes delays for all holidays, weekends including Saturday and Sunday, and normal weather-related events, such as rain, snow, and freezing temperatures that may affect the progress of the construction on a per-month basis as hereinafter set out. Only weather- related delays in excess of these amounts will be considered for time extensions if requested by the Contractor. Time extensions due to weather delays will only be considered if the work was impeded by those conditions. Days Included in Contract Times that will be granted for Normal Weather-Related Events and holidays are:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-15 November 6, 2018 (On A Monthly Basis) Month Normal Weather-Related Holidays Events January 2 2 February 1 1 March 1 0 April 1 0 May 1 1 June 1 0 July 1 1 August 1 0 September 1 1 October 1 1 November 1 3 December 1 2

Saturdays and holidays which may be declared in writing by the Owner for certain special or unusual circumstances will be optional to the Contractor as working days and time will not be assessed unless work is performed that requires observation. Sunday work shall not be permitted.

Holidays that shall be observed are the following: New Year’s Day (January 1); Dr. Martin Luther King Jr.’s Birthday (3rd Monday in January); President’s Day (3rd Monday in February); Memorial Day (last Monday in May); Independence Day (July 4); Labor Day (1st Monday in September); Columbus Day (2nd Monday in October); Thanksgiving Day (4th Thursday in November); Day after Thanksgiving (Friday following Thanksgiving); Christmas Eve (December 24); and Christmas Day (December 25). If a holiday falls on a Saturday or Sunday, the observed day shall be the Friday preceding the Saturday or the Monday following the Sunday.

GC.20.2 Excusable Delays

The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged for any contract time due:

(a)To any acts of the Government, including controls or restrictions upon requisitioning of materials, equipment, tools, or labor by reason of war, National Defense, or any other national emergency;

(b)To any acts or neglect of the Owner or employees that can be proven to have delayed the project;

(c) To causes not reasonably foreseeable by the parties of this Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, acts of another Contractor in the performance of some other Contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones, and other extreme weather conditions resulting in weather delays in excess of the normal weather-related events.

(d)To inaccessibility to a necessary portion of the work due to utility conflict or utility work, either of which prevents utilization of 60% normal forces and equipment to prosecute the work required for at least 60% of the normal working hours.

(e)To any delay of any subcontractor occasioned by any of the causes specified in subparagraphs (a), (b), (c), and (d) of this paragraph.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-16 November 6, 2018 No compensation will be made for monetary damages due to excusable delays.

GC.20.3 Extension of Time

Extensions of time for construction contract completion may be granted for such reasonable time as determined by the Owner for the circumstances stated below:

(a)Excusable delays as previously specified;

(b)If the satisfactory execution and completion of the Contract shall require work or material in greater amounts or quantities than those set forth in the Contract, then the Contract time may be increased in the same proportion as the additional work bears to the original contracted work;

(c) The Owner shall have the authority to grant additional extensions of time as the Owner may deem justifiable.

For clarification purposes, the below items are ineligible for time extensions:

(a)Workload of the Contractor;

(b)Normal precipitation amounts and soil conditions;

(c) Contractor’s plea that insufficient contract time to perform construction scope of work was specified;

(d)The ability of vendors, suppliers, and subcontractors to provide materials and/or services within the Contractor’s control;

(e)All calendar days elapsing between the effective dates of any orders of the Owner or Engineer for suspension of the prosecution of the work due to the fault of the Contractor.

Extensions of contract time will not be granted automatically. The Contractor shall be required to follow the below procedure to be granted a time extension and no other:

(a)For weather days exceeding the monthly normal weather day events, the Contractor shall submit a report listing the date and description of the weather events on the last working day of each month to the Owner or Engineer for review. Upon approval, the extension of time for each month will be recorded on the monthly pay estimate and signatures of the Contractor, Engineer, and Owner will signify agreement.

(b)For all other instances, the Contractor shall submit a time extension request in writing to the Owner or Engineer with dates and supporting documentation as proof of extraordinary delays beyond the Contractor’s control that meet the required criteria. The request shall be made within ten (10) calendar days of the occurrence of the delay.

(c) In event of a continuing cause of delay, only one claim is necessary.

(d)If the Contractor does not provide written notice within the allotted time, no subsequent requests for review will be considered.

(e)In case of disagreement between the representative of the Owner and the Contractor, as to the classification of any day, the matter shall be referred to the Owner whose decision shall be final.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-17 November 6, 2018 It is, therefore, agreed that if there is a delay in the completion of the work beyond the period elsewhere herein specified which has not been authorized by the Owner as set forth above, then the Owner may deduct from the Contract price the amount stated in the section entitled LIQUIDATED DAMAGES FOR DELAY under the GENERAL CONDITIONS, bound herewith, as liquidated damages.

GC.21 PROGRESS SCHEDULE

The Contractor shall submit a construction contract schedule of the bar graph (or other approved) format seven (7) calendar days prior to the preconstruction conference showing the following information as a minimum:

(1) Actual date construction is scheduled to start.

(2) Planned contract completion date.

(3) Beginning and completion dates for each phase of work.

(4) Respective dates for submission of shop drawings/material submittals and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment.

(5) All construction milestone dates.

(6) A separate graph showing work placement in dollars versus contract time. The schedule shall incorporate contract changes as they occur. The schedule shall be maintained in an up-to-date condition and shall be available for inspection at the construction site at all times.

The construction contract schedule shall be submitted in conjunction with and/or in addition to any other specification requirements concerning schedules. An updated schedule is required at each contractor pay request.

GC.22 LIQUIDATED DAMAGES FOR DELAY

The number of calendar days allowed for completion of the project is stipulated in the Proposal and in the Contract and shall be known as the Contract Time. The Contractor agrees that time is a critical element for this Contract. Loss will accrue to the Owner due to delayed completion of the work; and the cost to the Owner of the administration of the Contract, including Engineering, inspection, and supervision, will be increased as the time occupied in the work is lengthened. The Contractor agrees that for each day of delay beyond the number of calendar days herein agreed upon for the completion of the work herein specified and contracted for (after due allowance for such extension of time as is provided for in General Conditions), the Owner may withhold, permanently, from the Contractor's total compensation, the sum of Two Thousand Five Hundred Dollars ($2,500.00) as stipulated damages for each day of such delay. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency.

GC.23 DISPUTES

All disputes arising under this Contract or its interpretation, whether involving law or fact or both, or extra work, and all claims for alleged breach of Contract shall within thirty (30) days of commencement of the dispute be presented by the Contractor to the Owner for decision. In the meantime, the Contractor shall proceed with the work as directed. Any dispute not presented within the time limit specified within this paragraph shall be deemed to have been waived.

The Contractor shall submit in letter format the details of the dispute and proof thereof. Each decision by the governing body of the Owner will be in writing.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-18 November 6, 2018 If the Contractor does not agree with any decision of the Owner, he shall in no case allow the dispute to delay the work, but shall notify the Owner promptly that he is proceeding with the work under protest, and he may then except the matter in question from the final release. Substantial completion of the project will not be granted until pending disputes are resolved. As such, the Owner shall withhold final payment and retainage release until all pending disputes are resolved.

At any time after initiation of a dispute, Owner and Contractor may mutually agree to mediation of the dispute. Owner and Contractor shall each pay one-half of the mediator’s fees and costs. If mediation is unsuccessful, the Owner or Contractor shall give written notice to the other party of the intent (if they so intend) to submit the dispute to a court of competent jurisdiction.

GC.24 ASSIGNMENT OR NOVATION

The Contractor shall not assign or transfer, whether by an assignment or novation, any of its rights, duties, benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the Owner; provided, however, that assignments to banks, trust companies, or other financial institutions may be made without the consent of the Owner. No assignment or novation of this Contract shall be valid unless the assignment or novation expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is subject to a prior lien for labor performed, services rendered, and materials, tools, and equipment, supplied for the performance of the work under this Contract in favor of all persons, firms, or corporations rendering such labor or services or supplying such materials, tools, or equipment.

GC.25 TECHNICAL SPECIFICATIONS AND DRAWINGS

Up to three (3) sets of Plans and Specifications may be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at the approximate cost of reproduction upon request.

The Contractor shall keep one (1) copy of all Drawings and Contract Documents in good condition readily accessible at the site of the work available to the Engineer and his authorized representatives.

The Drawings and this Specification are to be considered cooperative. All work necessary for the completion of the facility shown on the Drawings, but not described in this Specification, or described in this Specification but not shown on the Drawings, OR REASONABLY IMPLIED BY EITHER OR BOTH, shall be executed in the best manner, the same as if fully shown and specified. When no figures or memoranda are given, the Drawings shall be accurately followed, but in all cases of discrepancy in figures or details, the decision of the Engineer shall be obtained before proceeding with the Work. If the Contractor adjusts any such discrepancy without first having obtained the approval of the Engineer, it shall be at his own risk, and he shall bear any extra expense resulting therefrom.

GC.26 RECORD DRAWINGS

Before any work is started, the Contractor shall obtain at his own expense one set of Plans to be used for Record Drawings. The Engineer will supply the Plans at printing cost to the Contractor. Record Drawings will be kept on full-size plan sheets; no half-size sheets will be permitted. The Record Drawings shall be stored and maintained in good condition at all times by the Contractor and shall be made available to the Engineer at the work site immediately at the Engineer's request. All writing, notes, comments, dimensions, etc. shall be legible. The Record Drawings shall be stored flat and shall not be rolled. The Record Drawings shall be submitted to the Engineer before the project can be accepted.

The Contractor shall accurately identify and document the locations of all underground and/or concealed work that he has performed and/or has been affected by his work. This shall include all equipment, conduits, pipe lines, valves, fittings and other appurtenances and underground structures that are part of the Contractor's work and their proximity to existing underground structures and utilities to the extent known. The Contractor will certify accuracy of the Record Drawings by endorsement.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-19 November 6, 2018 The Contractor's work shall be documented on the Record Drawings in an on-going manner. Distances, offsets, depths, etc. shall be accurately measured from permanent fixed objects so that the Owner can expose any item of the work in the future with a minimum of effort. All such measurements shall be made before the items of work are covered or backfilled. The Contractor shall be required to expose and recover/backfill the work at his own expense if, in the Engineer's opinion, the measurements need to be verified.

GC.27 SHOP DRAWINGS

Shop Drawings shall be required for all equipment, materials, and as required by the Engineer. All Shop Drawings, Machinery Details, Layout Drawings, etc., shall be submitted to the Engineer for review (unless otherwise specified) in one of the two following manners: six (6) hardcopies or a single electronic copy in PDF format. This shall be completed sufficiently in advance of requirements to afford ample time for checking, including time for correcting, resubmitting, and rechecking if necessary. The Contractor may proceed, only at his own risk, with manufacture or installation of any equipment or work covered by said Shop Drawings, etc. until they are reviewed, and approved; and no claim, by the Contractor, for extension of the Contract time will be granted by reason of his failure in this respect.

Any Drawings submitted without the Contractor's stamp of approval will not be considered and will be returned to him for proper resubmission. If any Drawings show variations from the requirements of the Contract because of standard shop practice or other reason, the Contractor shall make specific mention of such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for proper adjustment of Contract price and/or time; otherwise, the Contractor will not be relieved of the responsibility for executing the work in accordance with the Contract even though the Drawings have been reviewed.

The review of Shop Drawings by the Engineer shall be considered an accommodation to the Contractor to assist him in the execution of the Contract. The Engineer's review of such Drawings shall not relieve the Contractor of his responsibility to perform the work in strict accordance with the Plans and Specifications, and approved changes.

If the Shop Drawing is in accordance with the Contract or involves only a minor adjustment in the interest of the Owner not involving a change in Contract price or time, the Engineer shall so stamp the Drawing and shall contain in substance the following:

"Corrections or comments made on the shop drawings during this review do not relieve Contractor from compliance with requirements of the contract documents. This check is only for review of general conformance with the design concept of the project and general compliance with the requirements of the contract documents. The Contractor is responsible for the quality of work, confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinating the work of all trades and subcontractors; and performing the work in a safe and satisfactory manner".

GC.28 SUBMITTALS

The Contractor shall prepare and submit information as required by the individual Specification sections sufficiently in advance of the related work to allow an appropriate review time by the Engineer. The types of submittals are indicated in the individual Specification sections.

During the preconstruction conference, the Engineer and the Contractor shall review the submittal schedule and procedures. Submittals will be transmitted via email as PDF electronic files directly to the Engineer’s designated representative, through the project management software as instructed by the Engineer. Unless otherwise directed by the Engineer, electronic submittals shall be compatible with Adobe Acrobat (*.PDF) format and shall be legible when printed.

Submittals shall be neat, organized, and easy to interpret. Assemble complete submittal package into a single indexed electronic file or hard cover bound book, incorporating submittal requirements of an individual

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-20 November 6, 2018 Specification section, the transmittal form with unique submittal numbering system, and electronic links or tabs enabling navigation to each item. Unless approved otherwise by the Engineer, all submittals for the individual Specification section shall be submitted at one time.

Submittals must come directly from the Prime Contractor; submittals from subcontractors or suppliers will not be reviewed.

Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. Faxed submittals or submittals with extremely small or otherwise unreadable print will not be accepted. Submittals not required by the Contract Documents will be returned by the Engineer without action.

The Contractor shall retain complete copies of submittals on project site. Use only final submittals that are marked with approval notation from Engineer’s submittal review stamp with comments form.

The Contractor will implement, in conjunction with the Engineer and Owner, project-specific procedures/policies for construction management services during construction to assist in obtaining completed Projects in accordance with the purpose and intent of the construction documents including, but not limited to the following:

1. Use required web based construction management software such as Newforma Info Exchange, and require all Subcontractors and any other project participants to use this software as well. Access to this system will be provided at no cost to the Contractor.

Resubmittals shall continue the unique, sequential, submittal numbering system. Resubmittals without unique numbering, example resubmittals transmitted as 005A or 005REV, are unacceptable and will be returned un-reviewed.

The Engineer’s costs related to the third and subsequent reviews of complete or partial submittals/shop drawings, required due to previously incomplete or unacceptable submittals/shop drawings, may be withheld by the Owner from payments due the Contractor.

GC.29 REQUESTS FOR SUPPLEMENTARY INFORMATION

It shall be the responsibility of the Contractor to make timely requests of the Owner for any additional information not already in his possession which should be furnished by the Owner under the terms of this Contract, and which he will require in the planning and execution of the work. Such requests may be submitted from time to time as the need is approached, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. Each request shall be in writing, and shall list the various items and the latest date by which each will be required by the Contractor. The first list shall be submitted within two (2) weeks after the Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish promptly any assistance and information the Engineer may require in responding to these requests of the Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his failure to comply fully with the provisions of this Section. Failure of the Owner to provide any additional information shall not be considered ground for increase in charges above those contained in the Proposal.

GC.30 REFERENCE TO MANUFACTURER OR TRADE NAME - "OR EQUAL CLAUSE"

If the Plans, Specifications, or Contract Documents, laws, ordinances or applicable rules and regulations permit the Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if the Contractor wishes to furnish or use a proposed substitute, he shall make written application to the Engineer for approval of such a substitute certifying in writing that the proposed substitute will perform adequately the functions called for in the general design, be similar and of equal substance to that specified, be suited to the same use and capable of performing the same functions as that specified, and identifying all variations of the proposed substitute from specified and indicating available maintenance service; the use of

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-21 November 6, 2018 such substitute will not require revisions of related work. No substitute shall be ordered or installed without the written approval of the Engineer who will be the judge of equality and may require the Contractor to furnish such other data regarding the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as the Owner may require which shall be furnished at Contractor's expense.

Where such substitutions alter the design or space requirements indicated on the Contract Drawings, detailed drawings shall be prepared and submitted by the Contractor delineating any changes in, or additions to, the work shown on the Contract Drawings, and such drawings and changes or additions to the work shall be made by the Contractor at no additional expense to the Owner. In all cases, the burden of proof that the material or equipment offered for substitution is equal in construction, efficiency, and service to that named on the Contract Drawings and in these Contract Documents shall rest on the Contractor, and unless the proof is satisfactory to the Engineer, the substitution will not be approved.

GC.31 SAMPLES, CERTIFICATES, AND TESTING

The Contractor shall submit all material, product, or equipment samples, descriptions, certificates, affidavits, etc., as called for in the Contract Documents or required by the Engineer, promptly after award of the Contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site, except at the Contractor's own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval shall not be considered just cause for an extension of the Contract time. Submit four (4) copies of data for Engineer's review.

Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with Contract requirements, shall give the name and brand of the product, its place of origin, the name and address of the producer, and all specifications or other detailed information which will assist the Engineer in passing upon the acceptability of the sample promptly. It shall also include the statement that all materials or equipment furnished for use in the project will comply with the samples and/or certified statements.

Approval of any materials shall be general only and shall not constitute a waiver of the Owner's right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will have such check tests made as he deems necessary in each instance and may reject materials and equipment and accessories for cause, even though such materials and articles have been given general approval. If materials, equipment or accessories which fail to meet check tests have been incorporated in the work, the Engineer will have the right to cause their removal and replacement by proper materials or to demand and secure such reparation by the Contractor as is equitable, at the Contractor's expense.

Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided as follows:

(1) The Contractor shall furnish without extra cost, including packing and delivery charges, all samples required for testing purposes, except those samples taken on the project by the Engineer;

(2) The Contractor shall assume all costs of re-testing materials which fail to meet Contract requirements;

(3) The Contractor shall assume all costs of testing materials offered in substitution for those found deficient; and

(4) The Owner will pay all other expenses.

Quality assurance testing and inspection of materials used in the work shall be done by an approved commercial laboratory employed and paid for directly by the Owner, unless otherwise specified in the

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-22 November 6, 2018 Contract Documents. Contractor shall give timely notice for all required inspections and tests, and shall cooperate with inspection and testing personnel to facilitate required inspections and tests.

Inspections and tests required to be arranged and paid for by the Contractor include those by manufacturers of equipment furnished under the Contract Documents, testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the work, and for acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the work.

If any work (or the work of others) that is to be inspected, tested, or approved is made un-accessible by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such work for observation. Such uncovering shall be at Contractor’s expense unless Contractor had given Engineer timely notice of Contractor’s intention to cover the same and Engineer had not acted with reasonable promptness in response to such notice.

GC.32 TEST BORINGS/SUBSURFACE INFORMATION

Soil characteristics provided in any geotechnical reports, or as shown or referenced in the construction contract documents are not a warranty of subsurface conditions. Subsurface conditions may vary significantly from the data available. Any errors or omissions that may be contained in the available geotechnical data, or variations found at other locations, are not the responsibility of the Owner, Engineer, or Engineer’s consultants, and no claim may be made against them for such. Any reliance on the data is at Contractor’s sole risk.

The Contractor may not rely upon or make any claim against Owner, Engineer, or Engineer’s Consultants with respect to (1) the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by the Contractor and safety precautions and programs incident thereto, (2) other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, (3) any Contractor interpretation or other conclusion drawn from any data, interpretations, opinions, or information.

Any subsurface information, whether referenced in the plans, specifications, or otherwise made available to Contractor, was obtained and intended for the Owner’s design and estimating purposes only and is not part of the Construction Contract Documents. The Contractor may perform his own geotechnical investigation, as approved by the Owner.

GC.33 PERMITS AND CODES

The Contractor shall give all notices required by and comply with all applicable laws, ordinances, and codes of the local governments. All construction work and/or utility installations shall comply with all applicable ordinances, and codes including all written waivers.

Should the Contractor fail to observe the foregoing provisions and proceed with the construction and/or install any utility at variance with any applicable ordinance or code, including any written waivers, the Contractor shall remove such work without cost to the Owner.

The Contractor shall at his own expense, secure and pay to the appropriate department of the local government the fees or charges for all permits for street pavements, sidewalks, sheds, removal of abandoned water taps, sealing of house connection drains, pavement cuts, building, electrical, plumbing, water, gas, and sewer permits required by the local regulatory body or any of its agencies.

The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus excavation, materials, debris, and rubbish on or off the site of the work, and commit no trespass on any public or private property in any operation due to or connected with the Improvements embraced in this Contract.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-23 November 6, 2018 GC.34 RIGHTS-OF-WAY

The Owner will secure easements across public or private property permanently required for the work at no cost to the Contractor. The Contractor shall lease, buy, or otherwise make satisfactory provision, without obligating the Owner in any manner, for any land required outside the land provided by the Owner. The Owner will secure State Highway and Railroad Crossing Permits. All other permits and licenses necessary for the prosecution of the work shall be secured and paid for by the Contractor.

GC.35 CARE OF WORK

The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his plant, appliances, and methods, and for any injury, including death, to any person, and for any damage to property which may result from their failure, or from their improper construction, maintenance, or operation. He shall indemnify and save harmless the Owner and the Engineer and their employees and agents, against any judgment with costs, which may be obtained as a result of such injury or property damage, because of the alleged liability of the Owner or of the Engineer.

The Contractor shall be responsible for the proper care and protection of all materials delivered and work performed until completion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the Owner.

In an emergency affecting the safety of life or property, including adjoining property, the Contractor, without special instructions or authorization from the Owner, is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise act if instructed to do so by the Owner. Any compensation claimed by the Contractor on account of such emergency work will be determined by the Owner as provided in the Section entitled CHANGES IN THE WORK under GENERAL CONDITIONS.

The Contractor shall avoid damage, as a result of his operations, to existing sidewalks, streets, curbs, pavements, utilities (except those which are to be replaced or removed), adjoining property, equipment, etc., and he shall at his own expense completely repair any damage thereto caused by his operations, to the satisfaction of the Owner and Engineer. After damage discovery, the Contractor shall immediately coordinate with the Owner and the Engineer on the complete repair and/or replacement work required. Following written notice of work required, the Contractor shall expeditiously begin and finish this work with all labor and materials required. All repair and/or replacement work, labor, and materials shall be supplied and installed by the Contractor. If the Contractor fails to promptly perform the repair work and correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost.

The Contractor shall shore up, brace, underpin, secure, and protect as may be necessary, all foundations and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may be in any way affected by the excavations or other operations connected with the construction of the Improvements embraced in this Contract. The Contractor shall be responsible for the giving of any and all required notices to any adjoining or adjacent property owner or other party before the commencement of any work. The Contractor shall indemnify and save harmless the Owner, and the Engineer, from any damages on account of settlements or the loss of lateral support of adjoining property and from all loss or expense and all damages for which it may be claimed that the Owner, or the Engineer, is liable in consequence of such injury or damage to adjoining and adjacent structures and their premises.

GC.36 QUALITY OF WORK AND PROPERTY

All property, materials, and equipment shall be new and free of defects upon completion of the Contractor's performance and, unless different standards are specified elsewhere in the Contract Documents, shall be of the best type and quality available for the purpose. All of the Contractor's work shall be performed with the highest degree of skill and completed free of defects and in accordance with the Contract Documents. Any work, property, materials, or equipment not in conformance with these standards shall be considered defective. If any work, property, materials or equipment is discovered to have been defective or not in conformance with the Contract Documents, whether said discovery is made before or after completion of

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-24 November 6, 2018 performance, the Contractor, at his expense, after written notice from the Owner or Engineer, shall promptly replace or correct the deficiency and pay any Engineering costs and consequential expense or damage incurred by the Owner in connection therewith. If the Contractor fails to promptly correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor's cost. If the Contractor is required to furnish shop drawings or designs, the above provisions shall apply to such drawings or designs.

Neither the Owner's payment, acceptance, inspection or use of the work, property, materials, or equipment, nor any other provision of the Contract Documents shall constitute acceptance of work, property, materials, or equipment which are defective or not in accordance with the Contract Documents. If the Contractor breaches any provision of the Contract Documents with respect to the quality of the work, property, materials, equipment or performance, whether initial or corrective, his liability to the Owner shall continue until the statute of limitations with respect to such breach of contract has expired following discovery of the defect. All parts of this section are cumulative to any other provisions of the Contract Documents and not in derogation thereof. If it is customary for a warranty to be issued for any of the property to be furnished hereunder, such warranty shall be furnished, but no limitations in any such warranty shall reduce the obligations imposed under the Contractor in the Contract Documents or by applicable State Law; but if any greater obligations than imposed in this Contract are specified in any such warranty or by applicable State Law, those greater obligations shall be deemed a part of this Contract and enforceable by the Owner.

GC.37 BARRICADES, LIGHTS, AND OTHER MEASURES

Where the work is carried on or adjacent to any street, alley or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, and shall provide such other precautionary measures for the protection of persons or property and of the work as are necessary.

Barricades shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one light at each barricade and sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the work.

The Contractor will be held responsible for all damage to the work due to failure to barricades, signs, lights, and other measures to protect it, and whenever evidence is found of such damage the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance of barricades, signs and lights, and for providing other measures, shall not cease until the project shall have been accepted by the Owner.

GC.38 FENCES AND DRAINAGE CHANNELS

No fence shall be removed without prior approval from the owner. Boundary fences or other improvements removed to permit the installation of the work shall be replaced in the same location and left in a condition as good as or better than that in which they were found except as indicated on the Drawings.

Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed.

GC.39 WATER FOR CONSTRUCTION

Water used for the mixing of concrete, testing, or any other purpose incidental to this project, shall be furnished by the Contractor. The Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in a manner and at such times that will not produce a harmful drain or decrease of pressure in the Owners' water system. No separate payment will be made for water used but the cost thereof shall be included in the work items represented in the Unit Price Schedule.

GC.40 MATERIAL STORAGE

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-25 November 6, 2018 Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience and in a manner satisfactory to the Engineer.

GC.41 EXISTING UTILITIES AND SERVICE LINES

The Contractor shall be responsible for the protection of all existing utilities or improvements crossed by or adjacent to his construction operations. Where existing utilities or service lines are cut, broken, or damaged, the Contractor shall replace or repair immediately the utilities or service lines with the same type of original material and construction or better, at his own expense. If the Contractor fails to promptly perform the repair work and correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor’s cost.

GC.42 DEFECTIVE WORK

It is the Contractor’s obligation to assure that the work is not defective. The Engineer has the authority to determine whether work is defective, and to reject defective work. Contractor shall correct all such defective work, whether or not fabricated, installed, or completed, or, if Engineer has rejected the defective work, remove it from the project and replace it with work that is not defective. Contractor shall pay all claims, costs, losses, and damages arising out of or relating to defective work, including but not limited to the cost of the inspection, testing, correction, removal, replacement, or reconstruction of such defective work, fines levied against Owner by governmental authorities because the work is defective, and the costs of repair or replacement of work of others resulting from defective work. Prior to final payment, if Owner and Contractor are unable to agree as to the measure of such claims, costs, losses, and damages resulting from defective work, then Owner may impose a reasonable set-off against payments due.

If Contractor fails within a reasonable time after written notice from Engineer to correct defective work, or to remove and replace rejected work as required by Engineer, or if Contractor fails to perform the work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, then Owner may, after ten days written notice to Contractor, correct or remedy any such deficiency. Owner may exclude Contractor from all or part of the Site, take possession of all or part of the work and suspend Contractor’s services related thereto, and incorporate in the work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner’s representatives, agents and employees, Owner’s other contractors, and Engineer and Engineer’s consultants access to the Site to enable Owner to exercise the rights and remedies under this paragraph.

All claims, costs, losses, and damages incurred or sustained by Owner will be charged against Contractor as set-offs against payments. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s defective work.

If the Owner prefers to accept defective work, Owner may do so explicitly in writing (subject to Engineer’s confirmation, if such acceptance occurs prior to final payment). Contractor shall pay all claims, costs, losses, and damages attributable to Owner’s evaluation of and determination to accept such defective work (such costs to be approved by Engineer as to reasonableness), and for the diminished value of the work to the extent not otherwise paid by Contractor.

If any such acceptance occurs prior to final payment, the necessary revisions in the Contract Documents with respect to the work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in the Contract Price, reflecting the diminished value of work so accepted, then Owner may impose a reasonable set-off against payments due. If the acceptance of defective work occurs after final payment, Contractor shall pay an appropriate amount to Owner.

Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the work attributable to the exercise by Owner of Owner’s rights and remedies under this

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-26 November 6, 2018 General Condition.

GC.43 ACCIDENT PREVENTION

The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes, including applicable parts of the State’s labor safety code, shall be observed. The Contractor shall take or cause to be taken such safety and health measures, additional to those herein required, as he may deem necessary or desirable. Machinery, equipment, and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable local laws.

The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The Contractor shall promptly furnish the Owner with reports concerning these matters.

The Contractor shall indemnify and save harmless the Owner, and the Engineer, from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this Contract.

GC.44 TRENCH AND EXCAVATION SAFETY SYSTEMS

This section covers trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P.

The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet.

The Contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b) (2) for the purpose of locating utilities and underground installations.

Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities, or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility.

The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the Owner of the structure or utility and the Project Owner.

The work required by this item will be paid for at the price bid for "Trench and Excavation Safety Systems". After award of the contract, the Contractor shall submit to the Engineer a breakdown of cost for work involved in the price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request, submit a certification by the Contractor's "competent person" as defined in Subpart "P" 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR 1926 Subpart P for work for which payment is requested.

GC.45 UNDERGROUND FACILITIES

All work in this contract shall be in accordance with applicable state Underground Facilities Damage Prevention Acts, or similar state requirements which protect underground facilities. The Contractor shall abide by the most current edition of these requirements. The contractor shall also acquire a Fort Hood Dig permit prior to any excavation work.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-27 November 6, 2018 Underground utilities may exist within and adjacent to the limits of construction. An attempt has been made to locate these utilities on the plans. However, all existing utilities may not be shown, and the actual locations of the utilities may vary from the locations shown. Prior to beginning any type of excavation, the Contractor shall contact the utilities involved and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the utility location markings until they are no longer necessary.

GC.46 SANITARY FACILITIES

The Contractor shall furnish, install, and maintain ample sanitary facilities for the workers. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and County. Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations.

GC.47 USE OF PREMISES

The Contractor shall confine his equipment, storage of materials, and construction operations to the Robert Gray Army Airfield and associated property and public Rights-of-Way to accommodate the permanent construction furnished by the Owner, or as may be directed otherwise by the Owner, and shall not unreasonably encumber the site of other airfield users or public Rights-of-Way with his materials and construction equipment. In case such useable premises furnished by the Owner are not sufficient to accommodate the Contractor's operations, he shall arrange with the DAO or City or County, or with the owner or owners of private property for additional area or areas, and without involving the Owner in any manner whatsoever.

The Contractor shall comply with all reasonable instructions of the Owner and the ordinances and codes of the State and County (including but not limited to those) regarding signs, advertising, traffic, fires, explosives, danger signals, and barricades.

GC.48 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED

In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this Contract.

GC.49 LIGHT AND POWER

The Contractor shall provide, at his own expense, temporary lighting and facilities required for the proper prosecution and inspection of the work. At the time the Owner obtains beneficial occupancy of any of the facilities placed in satisfactory service, charges for power and light for regular operation of those involved facilities will become the responsibility of the Owner.

GC.50 USED MATERIALS

No material which has been used by the Contractor for any temporary purpose may be incorporated in the permanent work without written consent of the Engineer.

GC.51 REMOVAL OF DEBRIS, CLEANING, ETC.

The Contractor shall periodically or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project site and public Rights-of-Way reasonably clear. Upon completion of the work, he shall remove all temporary construction facilities, debris, and unused materials provided for the work, thoroughly clean all drainage pipes, structures, ditches, and other features,

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-28 November 6, 2018 and put the whole site of the work and public Rights-of-Way in a neat and "broom" clean condition.

GC.52 EXISTING STRUCTURES

The Plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply.

The Contractor shall be responsible for protection of all existing structures and any damage caused by his operations shall be repaired immediately without cost to the Owner. If the Contractor fails to promptly perform the repair work and correct all deficiencies, the Owner shall have the option of remedying the defects at the Contractor’s cost. It shall be the responsibility of the prospective Contractor to examine the site completely before submitting his bid.

GC.53 EMERGENCIES

In emergencies affecting the safety or protection of personnel, the general public, the work, and property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order may be issued.

GC.54 HAZARDOUS MATERIALS

If Contractor encounters, uncovers, or reveals a hazardous material or environmental condition whose removal or remediation is not expressly identified in the Contract Documents as being within the scope of the work, or if Contractor or anyone for whom Contractor is responsible creates a hazardous material or condition, then Contractor shall immediately secure or otherwise isolate such condition, stop all work in connection with such condition and in any area affected thereby (except in an emergency), and notify Owner and Engineer (and promptly thereafter confirm such notice in writing). If Contractor or anyone for whom Contractor is responsible created the hazardous material or condition in question and is unable or refuses to satisfactorily address the issue, then Owner may remove and remediate the hazardous material or condition, and impose a set-off against payments to account for the associated costs.

GC.55 RETURN OF OWNER'S MATERIALS, EQUIPMENT, OR PROPERTY

Any materials, equipment or other property which belongs to the Owner, removed by the Contractor, shall be delivered to the Owner's designated warehouse unless its re-use or disposal is specified in the Plans and Specifications. If the Contractor fails to deliver the materials, equipment, or other property, the value, as determined by the Engineer, shall be deducted from amounts due the Contractor.

GC.56 PAY ITEM DESCRIPTION

Of necessity the items described and shown as components are discussed in a general manner only, describing the major pieces of equipment and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its function is most directly related. Failure to list all items and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices, labor or materials of whatever nature required for a complete installation in accordance with the intent of the Drawings, approved Shop Drawings and these Specifications.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-29 November 6, 2018 The successful Contractor shall, as soon as possible after award of the Contract, submit a list itemizing the components of each lump sum bid item and their respective costs to be used as an aid in the preparation of partial payments.

GC.57 SPARE PARTS

After approval of the Shop Drawings, the Contractor shall furnish spare parts data for each different item of equipment, valves, instrumentation, etc., for which normal operation requires replacement parts for dependable service. The data shall include a complete list of parts and supplies, with source of supply; list of parts and supplies that are either normally furnished at no extra cost with the purchase of the equipment or specified hereinafter to be furnished as part of the contract and a list of additional items recommended by the manufacturer to assure efficient operation. The foregoing shall not relieve the Contractor of any responsibilities under the guaranty specified.

GC.58 OBSERVATION OF WORK

The Engineer, his authorized representative, and any Federal, State, County, or local authority representative having jurisdiction over any part of the work, or area through which the work is located, shall at all times have access to the work in progress.

The detailed manner and method of performing the work shall be under the direction and control of the Contractor, but all work performed shall at all times be subject to the observation of the Engineer or his authorized representative to ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper observation and examination of the work and all parts thereof.

The Engineer is not responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs incident thereto.

Observers may be appointed by the Engineer or Owner. Observers shall have no authority to permit any deviation from the Plans and Specifications except on written order from the Engineer and the Contractor will be liable for any deviation except on such written order. Observers shall have authority, subject to the final decision of the Engineer, to condemn and reject any defective work and to suspend the work when it is not being performed properly.

The observer shall in no case act as superintendent or foreman or perform other duties for the Contractor, nor interfere with the management of the work by the latter. Any advice which the observer may give the Contractor shall in no way be construed as binding to the Engineer in any way or releasing the Contractor from fulfilling all of the terms of the Contract.

Any defective work may be rejected by the Engineer at any time before final acceptance of the work, even though the same may have been previously overlooked and estimated for payment and payment therefore made by the Owner.

The Contractor shall notify the Engineer sufficiently in advance of backfilling or concealing any facilities to permit proper observation. If the facilities are concealed without approval or consent of the Engineer, the Contractor shall uncover for observation and recover such facilities all at his own expense, when so requested by the Engineer.

Should it be considered necessary or advisable by the Engineer at any time before final acceptance of the entire work to make an examination of work already completed, by uncovering the same, the Contractor shall on request promptly furnish all necessary facilities, labor, and material. If such work is found to be defective in any important or essential respect, due to fault of the Contractor or his Subcontractors, he shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual cost of labor and material necessarily involved in the examination and replacement, plus fifteen (15) percent of such costs to cover superintendence, general expenses and

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-30 November 6, 2018 profit, shall be allowed the Contractor and he shall, in addition, if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved.

Observation of materials and appurtenances to be incorporated in the Improvements embraced in this Contract may be made at the place of production, manufacture or shipment, whenever the quantity justifies it, and such observation and acceptance, unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the observation of materials as a whole or in part will be made at the project site.

All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refuse to comply with the instructions in this respect, the Owner may, upon certification by the Engineer, withhold payment, proceed to terminate the Contract, or perform work as provided herein.

GC.59 REVIEW BY OWNER

The Owner, its authorized representatives and agents, shall at all times during work hours have access to and be permitted to observe and review all work, materials, equipment, payrolls, and personnel records pertaining to this Contract, provided, however, that all instructions and approval with respect to the work will be given to the Contractor only by the City through its authorized representatives or agents. Representatives of Federal, State, and City agencies also have the right of physical inspection of the work during work hours.

GC.60 PROHIBITED INTERESTS

No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any Engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof. No officer, employee, Engineer, attorney, Engineer, or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any executive, supervisory, or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this Contract or in any part thereof.

GC.61 SUBSTANTIAL COMPLETION When Contractor considers the entire work ready for its intended use, Contractor shall notify Owner and Engineer in writing that the entire work is substantially complete and request that Engineer issue a certificate of Substantial Completion. Contractor shall at the same time submit to Owner and Engineer an initial draft of punch list items to be completed or corrected before final payment. Promptly after Contractor’s notification, Owner, Contractor, and Engineer shall make an inspection of the work to determine the status of completion. If Engineer does not consider the work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. If Engineer considers the work substantially complete, Engineer will deliver to Owner a preliminary certificate of Substantial Completion which shall fix the date of Substantial Completion. Engineer shall attach to the certificate a punch list of items to be completed or corrected before final payment, along with a timeframe to complete the punch list items. Owner shall have seven days after receipt of the preliminary certificate during which to make written objection to Engineer as to any provisions of the certificate or attached punch list. If, after considering the objections to the provisions of the preliminary certificate, Engineer concludes that the work is not substantially complete, Engineer will, within 14 days after submission of the preliminary certificate to Owner, notify Contractor in writing that the work is not substantially complete, stating the reasons therefor. If Owner does not object to the provisions of the certificate, or if despite consideration of Owner’s objections Engineer concludes that the work is substantially complete, then Engineer will, within said 14 days, execute and deliver to Owner and Contractor a final certificate of Substantial Completion (with a revised punch list of items to be completed

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-31 November 6, 2018 or corrected) reflecting such changes from the preliminary certificate as Engineer believes justified after consideration of any objections from Owner. At the time of receipt of the preliminary certificate of Substantial Completion, Owner and Contractor will confer regarding Owner’s use or occupancy of the work following Substantial Completion, review the builder’s risk insurance policy with respect to the end of the builder’s risk coverage, and confirm the transition to coverage of the work under a permanent property insurance policy held by Owner. Unless Owner and Contractor agree otherwise in writing, Owner shall bear responsibility for security, operation, protection of the work, property insurance, maintenance, heat, and utilities upon Owner’s use or occupancy of the work. Upon Substantial Completion, the project time for completion will stop and the Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to final payment. In appropriate cases Contractor may submit monthly Applications for Payment for completed punch list items, following the progress payment procedures set forth above. If the Contractor does not achieve Final Completion in the specified time noted on the substantial completion punch list, the project time for completion will continue from the specified Final Completion date until all punch list items have been completed.

GC.62 FINAL INSPECTION AND ACCEPTANCE

When the Improvements embraced in this Contract are substantially completed and punch list items have been addressed, the Contractor shall notify the Owner in writing that the work will be ready for final inspection on a definite date which shall be stated in the notice. The notice will be given at least ten (10) days prior to the date stated for final inspection, and bear the signed concurrence of the representative of the Owner having charge of observation. If the Owner determines that the status of the Improvements is as represented, it will make the arrangements necessary to have final inspection commenced on the date stated in the notice, or as soon thereafter as practicable. The inspection party will also include the representatives of Owner and any other involved government agencies when such improvements are later to be accepted by the Owner and/or other government agencies. Upon confirmation that all improvements have been properly constructed, Final Acceptance will be granted and the Contractor’s General Guaranty will begin.

GC.63 CONTRACTOR’S OBLIGATION TO COMPLETE THE WORK

Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: any review and approval of a Shop Drawing or Sample submittal; observations by Engineer or Resident Project Representative; recommendation of or payment of progress or final payment; the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; use or occupancy of the Work or any part thereof by Owner; any inspection, test, or approval by others; or any correction of defective work by Owner.

GC.64 PATENTS

The Contractor shall hold and save harmless the Owner, its officers, employees, and the Engineer, from liability of any nature or kind, including costs and expenses, for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Technical Specifications.

GC.65 WARRANTY OF TITLE

No material, supplies, or equipment for the work shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, and equipment installed or incorporated in the work and upon completion of all work, shall deliver the same together with all

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-32 November 6, 2018 improvements and appurtenances constructed or placed thereon by him to the Owner free from any claims, liens, or charges. Neither the Contractor nor any person, firm or corporation furnishing any material or labor for any work covered by this Contract shall have any right to a lien upon any improvement or appurtenance thereon. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor to recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Owner. The provisions of this paragraph shall be inserted in all subcontracts and material Contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no formal Contract is entered into for such materials.

GC.66 GENERAL GUARANTY

Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the Improvements embraced in this Contract by the Owner or the public shall constitute an acceptance of work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within a period of twelve (12) months from the agreed upon day of final acceptance (not substantial completion) of the work. The Owner will give notice of defective materials and work with reasonable promptness.

GC.67 REUSE OF DOCUMENTS

Contractor and its Subcontractors and Suppliers shall not have or acquire any title to or ownership rights in any of the Contract Documents, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, or reuse any such documents or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer.

GC.68 RELEASE AND CONTRACTOR'S AFFIDAVIT

At the project's completion, the Contractor shall execute the attached Release and Lien Waiver to release all claims against the Owner arising under and by virtue of his Contract. The date of the Release shall be that agreed to for the final acceptance of the project with the Owner.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-33 November 6, 2018 RELEASE

FROM: Contractor's Name

Address

TO: Owner's Name

Address

DATE OF CONTRACT:

Upon receipt of the final payment and in consideration of that amount, the undersigned does hereby release the Owner and its agents from any and all claims arising under or by virtue of this Contract or modification thereof occurring from the undersigned's performance in connection with the

project.

Contractor's Signature

Title

Subscribed and sworn to before me this day of , 20 .

Notary Public

My Commission Expires:

______

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-34 November 6, 2018 CONTRACTOR'S AFFIDAVIT

FROM: Contractor's Name

Address

TO: Owner's Name

Address

DATE OF CONTRACT:

I hereby certify that all claims for material, labor, and supplies entered into contingent and incident to the construction or used in the course of the performance of the work on

have been fully satisfied.

Contractor's Signature

Title

Subscribed and sworn to before me this day of , 20 .

Notary Public

My Commission Expires:

______

The Surety Company consents to the release of the retained percentage on this project with the understanding that should any unforeseen contingencies arise having a right of action on the bond that the Surety Company will not waive liability through the consent to the release of the retained percentage.

Dated Surety Company

By Resident Agent, State of Project

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010800-35 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION V SPECIAL CONDITIONS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 010900 - SPECIAL CONDITIONS

TABLE OF CONTENTS

ARTICLE TITLE

SC.1 GENERAL SC.2 LOCATION OF PROJECT SC.3 SCOPE OF WORK SC.4 TIME ALLOTTED FOR COMPLETION SC.5 MINIMUM WAGES SC.6 REFERENCE SPECIFICATIONS SC.7 SALES TAX SC.8 USE OF EXPLOSIVES SC.9 LINES AND GRADES SC.10 SEQUENCE OF CONSTRUCTION SC.11 MAINTENANCE BOND SC.12 EQUAL EMPLOYMENT OPPORTUNITY (E.E.O.) SC.13 PROHIBITION OF SEGREGATED FACILITIES SC.14 ANTI - BOYCOTT OF ISREAL SC.15 SB 252 SC.16 PREVAILING WAGE DETERMINATION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 1 November 6, 2018 October 9, 2018 SC.1 GENERAL

The provisions of this section of the Specifications shall govern in the event of any conflict between them and the "General Conditions”.

SC.2 LOCATION OF PROJECT

This project is located Robert Gray Army Airfield at Fort Hood. A map showing the general location is included in the Plans.

SC.3 SCOPE OF WORK

The project includes, but is not limited to, installation of a new Video Security System at the Robert Gray Army Airfield, including fixed and Pan Tilt Zoom (PTZ) cameras, head end equipment, infrastructure improvements (conduits, junctions, fiber, and electric service) at Robert Gray Army Airfield. Improvements include primarily high technology items supported by the following improvements: underground utilities, mechanical, electrical, and interior architectural improvements as shown on the plans and indicated in the specifications to support the new video security system.

SC.4 TIME ALLOTTED FOR COMPLETION

The time allotted for completion of the work shall be one hundred eighty (180) consecutive calendar days, which time shall begin within ten (10) days of the work order or notice to proceed, or upon the date the Contractor moves on the site to begin the work, whichever is the earliest date. After award of the Contract is made and the Contract Documents are completed, the Engineer shall issue a Work Order or Notice to Proceed, notifying the Contractor to proceed with the construction of the project, subject to the provisions of this paragraph.

SC.5 MINIMUM WAGES

The Contractor shall comply with the provisions of the Federal and State’s prevailing wage laws, and the administrative regulations promulgated thereunder, as they apply under this Contract.

It shall be the responsibility of each Bidder to determine the consequences of the applicable provisions of the Federal and State’s prevailing wage laws, and include in his bid any costs made necessary because of them. No additional payment will be made, and no extension of Contract time will be allowed because of the provisions of the laws.

The Contractor shall comply with all applicable provisions of the Federal and State’s prevailing wage laws, including the following:

(1) Pay wage rates not less than the prevailing hourly wage for each craft or type of workman needed to execute the Contract, as determined by the Department of Labor, such determination covering rates for regular hours, and rates for holidays and overtime work.

(2) Post on the site of the work, in a conspicuous and accessible place, a copy of the prevailing wage rates as determined.

(3) Keep an accurate record of workman employed by him, and by each subcontractor, if any, including the wage payments made. Such record, or records, shall be available for inspection by the Federal, the State, and the Owner’s representatives, during reasonable hours.

(4) The Contractor's bond shall guarantee the payment of wages as herein specified.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 2 November 6, 2018 October 9, 2018

Wage rates, as established by the State and Federal entities, are the minimum for wage payments under this Contract.

There is no assurance on the part of the City of Killeen that mechanics and laborers can be obtained for the rates herein bound. Each Bidder shall determine for himself the availability of laborers and mechanics, and the rates he must pay to obtain employees. Such rates of pay may be greater than, but cannot be less than, the wage rates bound herein, at the end of this section.

SC.6 REFERENCE SPECIFICATIONS

Where reference is made in these Specifications to specifications compiled by other agencies, organizations or departments, such reference is made for expediency and standardization, and such specifications (latest edition thereof) referred to are hereby made a part of these Specifications.

SC.7 SALES TAX

See City of Killeen Terms and Conditions for sales tax clarification.

SC.8 USE OF EXPLOSIVES

The use of explosives will not be permitted except as specifically described in the Specifications.

SC.9 LINES AND GRADES

When applicable, the Contractor will be furnished horizontal and vertical control points and/or baselines and benchmarks to control the work. The Contractor shall be responsible for the additional instrument control necessary to lay out and construct the improvements. The Contractor's instrument control of the work shall not be measured for separate payment.

SC.10 SEQUENCE OF CONSTRUCTION

Sequence of all phases of work shall be such as to provide for the least possible inconvenience to the Owner. Material and equipment received on the project prior to time of installation shall be stored at such locations designated by the Owner.

Before any of the facilities are taken out of service to accomplish the various items of work, the Contractor shall demonstrate to the Owner and Engineer's satisfaction that all equipment and materials required to complete that particular item of work are on hand. As much preliminary work as is possible shall be accomplished prior to taking any unit out of service.

SC.11 MAINTENANCE BOND

Not Applicable

SC.12 EQUAL EMPLOYMENT OPPORTUNITY (E.E.O.)

During the performance of this contract, the contractor agrees as follows:

(1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 3 November 6, 2018 October 9, 2018 shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin.

(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

(4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

(5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

(7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States.

STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS

1. As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP),

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 4 November 6, 2018 October 9, 2018 U.S. Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941;

d. “Minority” includes:

(1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin);

(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race);

(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 5 November 6, 2018 October 9, 2018

5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto.

6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor.

7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken.

d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 6 November 6, 2018 October 9, 2018 above.

f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 7 November 6, 2018 October 9, 2018 o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance.

9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized.

10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.

14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 8 November 6, 2018 October 9, 2018 affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

SC.13 PROHIBITION OF SEGREGATED FACILITIES

(a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract.

(b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes.

(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract.

SC.14 ANTI - BOYCOTT OF ISREAL

By executing the contract for this project, the Contractor hereby verified that it does not boycott Israel and will not boycott Isreal during the term of this contract. Boycotting Isreal is defined in Texas Government Code section 808.001 to mean refusing to deal with, determining business activities with, or taking any action that is intended to penalize, inflict economic harm on , or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in a Israeli- controlled territory, but does not include an action made for ordinary business purposes.

SC.15 SB 252

This bill amends Government Code Chapter 2252 by adding Subchapter F. The bill prohibits the City from entering into a contract for general construction, an improvement, a service, or a public works project or for a purchase of supplies, materials, or equipment with a company that does business with Iran, Sudan, or a foreign terrorist organization.

Contractor certifies that pursuant to Texas Government Code 2252.151 et al., it is not a company identified on the Texas Comptroller’s list of companies known to have contracts with, or provide supplies or services to, a foreign terrorist organization and further certifies that it will not take any action that would cause it to be included on the Texas Comptroller’s list.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 9 November 6, 2018 October 9, 2018

SC.16 PREVAILING WAGE DETERMINATION

General Decision Number: TX180016 01/05/2018 TX16

Superseded General Decision Number: TX20170016

State: Texas

Construction Types: Heavy and Highway

Counties: Atascosa, Bandera, Bastrop, Bell, Bexar, Brazos, Burleson, Caldwell, Comal, Coryell, Guadalupe, Hays, Kendall, Lampasas, McLennan, Medina, Robertson, Travis, Williamson and Wilson Counties in Texas.

HEAVY (excluding tunnels and dams, not to be used for work on Sewage or Water Treatment Plants or Lift / Pump Stations in Bell, Coryell, McClennon and Williamson Counties) and HIGHWAY Construction Projects

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018

* SUTX2011-006 08/03/2011

Rates Fringes

CEMENT MASON/CONCRETE FINISHER (Paving and Structures)...... $ 12.56

ELECTRICIAN...... $ 26.35

FORM BUILDER/FORM SETTER Paving & Curb...... $ 12.94 Structures...... $ 12.87

LABORER Asphalt Raker...... $ 12.12 Flagger...... $ 9.45

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 10 November 6, 2018 October 9, 2018 Laborer, Common...... $ 10.50 Laborer, Utility...... $ 12.27 Pipelayer...... $ 12.79 Work Zone Barricade Servicer...... $ 11.85

PAINTER (Structures)...... $ 18.34

POWER EQUIPMENT OPERATOR: Agricultural Tractor...... $ 12.69 Asphalt Distributor...... $ 15.55 Asphalt Paving Machine...... $ 14.36 Boom Truck...... $ 18.36 Broom or Sweeper...... $ 11.04 Concrete Pavement Finishing Machine...... $ 15.48 Crane, Hydraulic 80 tons or less...... $ 18.36 Crane, Lattice Boom 80 tons or less...... $ 15.87 Crane, Lattice Boom over 80 tons...... $ 19.38 Crawler Tractor...... $ 15.67 Directional Drilling Locator...... $ 11.67 Directional Drilling Operator...... $ 17.24 Excavator 50,000 lbs or Less...... $ 12.88 Excavator over 50,000 lbs...$ 17.71 Foundation Drill, Truck Mounted...... $ 16.93 Front End Loader, 3 CY or Less...... $ 13.04 Front End Loader, Over 3 CY.$ 13.21 Loader/Backhoe...... $ 14.12 Mechanic...... $ 17.10 Milling Machine...... $ 14.18 Motor Grader, Fine Grade....$ 18.51 Motor Grader, Rough...... $ 14.63 Pavement Marking Machine....$ 19.17 Reclaimer/Pulverizer...... $ 12.88 Roller, Asphalt...... $ 12.78 Roller, Other...... $ 10.50 Scraper...... $ 12.27 Spreader Box...... $ 14.04 Trenching Machine, Heavy....$ 18.48

Servicer...... $ 14.51

Steel Worker Reinforcing...... $ 14.00 Structural...... $ 19.29

TRAFFIC SIGNAL INSTALLER Traffic Signal/Light Pole Worker...... $ 16.00

TRUCK DRIVER Lowboy-Float...... $ 15.66 Off Road Hauler...... $ 11.88 Single Axle...... $ 11.79 Single or Tandem Axle Dump

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 11 November 6, 2018 October 9, 2018 Truck...... $ 11.68 Tandem Axle Tractor w/Semi Trailer...... $ 12.81

WELDER...... $ 15.97 ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 12 November 6, 2018 October 9, 2018

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.)

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 13 November 6, 2018 October 9, 2018 and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. , DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 14 November 6, 2018 October 9, 2018

General Decision Number: TX180279 09/14/2018 TX279

Superseded General Decision Number: TX20170279

State: Texas

Construction Type: Building

County: Bell County in Texas.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018 1 07/06/2018 2 09/14/2018

BOIL0074-003 01/01/2017

Rates Fringes

BOILERMAKER...... $ 28.00 22.35 ------ENGI0178-005 06/01/2014

Rates Fringes

POWER EQUIPMENT OPERATOR (1) Tower Crane...... $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above.....$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under...... $ 27.50 10.60 ------* IRON0084-011 06/01/2018

Rates Fringes

IRONWORKER, ORNAMENTAL...... $ 23.77 7.12 ------

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 15 November 6, 2018 October 9, 2018 PLUM0286-011 06/04/2018

Rates Fringes

PIPEFITTER (Excludes HVAC Pipe Installation)...... $ 29.50 12.82 ------SUTX2014-005 07/21/2014

Rates Fringes

BRICKLAYER...... $ 19.09 0.00

CARPENTER, Excludes Drywall Hanging, and Metal Stud Installation...... $ 17.28 1.71

CEMENT MASON/CONCRETE FINISHER...$ 14.00 0.00

DRYWALL HANGER AND METAL STUD INSTALLER...... $ 14.59 0.00

ELECTRICIAN (Low Voltage Wiring Only)...... $ 28.28 2.44

ELECTRICIAN, Excludes Low Voltage Wiring...... $ 20.50 2.71

HVAC MECHANIC (HVAC Pipe Installation Only)...... $ 15.50 0.00

HVAC MECHANIC (Installation of HVAC Unit Only)...... $ 16.01 1.56

INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...... $ 19.77 7.13

IRONWORKER, REINFORCING...... $ 13.35 0.00

IRONWORKER, STRUCTURAL...... $ 18.35 4.90

LABORER: Common or General...... $ 10.53 0.00

LABORER: Mason Tender - Brick...$ 9.98 0.00

LABORER: Mason Tender - Cement/Concrete...... $ 9.93 0.00

LABORER: Pipelayer...... $ 12.49 2.13

LABORER: Roof Tearoff...... $ 11.28 0.00

OPERATOR: Backhoe/Excavator/Trackhoe...... $ 13.10 1.24

OPERATOR: Bobcat/Skid Steer/Skid Loader...... $ 13.93 0.00

OPERATOR: Bulldozer...... $ 18.29 1.31

OPERATOR: Drill...... $ 16.22 0.34

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 16 November 6, 2018 October 9, 2018 OPERATOR: Forklift...... $ 14.00 0.00

OPERATOR: Grader/Blade...... $ 14.34 1.68

OPERATOR: Loader...... $ 13.88 0.44

OPERATOR: Mechanic...... $ 17.52 3.33

OPERATOR: Paver (Asphalt, Aggregate, and Concrete)...... $ 16.03 0.00

OPERATOR: Roller...... $ 13.11 0.00

PAINTER (Brush, Roller, and Spray)...... $ 15.00 0.81

PLUMBER, Excludes HVAC Pipe Installation...... $ 21.18 7.57

ROOFER...... $ 13.75 0.00

SHEET METAL WORKER (HVAC Duct Installation Only)...... $ 18.71 4.90

SHEET METAL WORKER, Excludes HVAC Duct Installation...... $ 14.89 1.55

SPRINKLER FITTER (Fire Sprinklers)...... $ 15.46 0.00

TILE FINISHER...... $ 11.22 0.00

TILE SETTER...... $ 14.74 0.00

TRUCK DRIVER: Dump Truck...... $ 11.50 1.10

TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57

TRUCK DRIVER: Semi-Trailer Truck...... $ 12.50 0.00

TRUCK DRIVER: Water Truck...... $ 12.00 4.11 ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 17 November 6, 2018 October 9, 2018 violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 18 November 6, 2018 October 9, 2018

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 19 November 6, 2018 October 9, 2018

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 20 November 6, 2018 October 9, 2018 General Decision Number: TX180016 01/05/2018 TX16

Superseded General Decision Number: TX20170016

State: Texas

Construction Types: Heavy and Highway

Counties: Atascosa, Bandera, Bastrop, Bell, Bexar, Brazos, Burleson, Caldwell, Comal, Coryell, Guadalupe, Hays, Kendall, Lampasas, McLennan, Medina, Robertson, Travis, Williamson and Wilson Counties in Texas.

HEAVY (excluding tunnels and dams, not to be used for work on Sewage or Water Treatment Plants or Lift / Pump Stations in Bell, Coryell, McClennon and Williamson Counties) and HIGHWAY Construction Projects

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018

* SUTX2011-006 08/03/2011

Rates Fringes

CEMENT MASON/CONCRETE FINISHER (Paving and Structures)...... $ 12.56

ELECTRICIAN...... $ 26.35

FORM BUILDER/FORM SETTER

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 21 November 6, 2018 October 9, 2018 Paving & Curb...... $ 12.94 Structures...... $ 12.87

LABORER Asphalt Raker...... $ 12.12 Flagger...... $ 9.45 Laborer, Common...... $ 10.50 Laborer, Utility...... $ 12.27 Pipelayer...... $ 12.79 Work Zone Barricade Servicer...... $ 11.85

PAINTER (Structures)...... $ 18.34

POWER EQUIPMENT OPERATOR: Agricultural Tractor...... $ 12.69 Asphalt Distributor...... $ 15.55 Asphalt Paving Machine...... $ 14.36 Boom Truck...... $ 18.36 Broom or Sweeper...... $ 11.04 Concrete Pavement Finishing Machine...... $ 15.48 Crane, Hydraulic 80 tons or less...... $ 18.36 Crane, Lattice Boom 80 tons or less...... $ 15.87 Crane, Lattice Boom over 80 tons...... $ 19.38 Crawler Tractor...... $ 15.67 Directional Drilling Locator...... $ 11.67 Directional Drilling Operator...... $ 17.24 Excavator 50,000 lbs or Less...... $ 12.88 Excavator over 50,000 lbs...$ 17.71 Foundation Drill, Truck Mounted...... $ 16.93 Front End Loader, 3 CY or Less...... $ 13.04 Front End Loader, Over 3 CY.$ 13.21 Loader/Backhoe...... $ 14.12 Mechanic...... $ 17.10 Milling Machine...... $ 14.18 Motor Grader, Fine Grade....$ 18.51 Motor Grader, Rough...... $ 14.63 Pavement Marking Machine....$ 19.17 Reclaimer/Pulverizer...... $ 12.88 Roller, Asphalt...... $ 12.78 Roller, Other...... $ 10.50 Scraper...... $ 12.27 Spreader Box...... $ 14.04 Trenching Machine, Heavy....$ 18.48

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 22 November 6, 2018 October 9, 2018

Servicer...... $ 14.51

Steel Worker Reinforcing...... $ 14.00 Structural...... $ 19.29

TRAFFIC SIGNAL INSTALLER Traffic Signal/Light Pole Worker...... $ 16.00

TRUCK DRIVER Lowboy-Float...... $ 15.66 Off Road Hauler...... $ 11.88 Single Axle...... $ 11.79 Single or Tandem Axle Dump Truck...... $ 11.68 Tandem Axle Tractor w/Semi Trailer...... $ 12.81

WELDER...... $ 15.97 ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 23 November 6, 2018 October 9, 2018

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 24 November 6, 2018 October 9, 2018 Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 25 November 6, 2018 October 9, 2018 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 010900 - 26 November 6, 2018 October 9, 2018 SECTION VI: PROJECT TECHNICAL SPECIFICATIONS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018

SECTION 238126

SPLIT-SYSTEM AIR-CONDITIONERS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes split-system air-conditioning and heat-pump units consisting of separate evaporator-fan and compressor-condenser components.

1.2 ACTION SUBMITTALS

A. System design: Contractor shall submit the proposed system design for review by the owner prior to permitting the system.

B. Product Data: For each type of product indicated.

1.3 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

1.4 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. ASHRAE Compliance:

1. Fabricate and label refrigeration system to comply with ASHRAE 15, "Safety Standard for Refrigeration Systems." 2. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 4 - "Outdoor Air Quality," Section 5 - "Systems and Equipment," Section 6 - " Procedures," and Section 7 - "Construction and System Start-up."

C. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1.

1.5 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of split-system air-conditioning units that fail in materials or workmanship within specified warranty period.

1. Warranty Period:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 238126-1 November 6, 2018

a. For Compressor: Seven years from date of Substantial Completion. b. For Parts: One year from date of Substantial Completion. c. For Labor: One year from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 INDOOR UNITS (5 TONS (18 kW) OR LESS)

A. Wall-Mounted, Evaporator-Fan Components:

1. Cabinet: Steel frame with smooth front removable cover with top return and front discharge air grilles. 2. Refrigerant Coil: Copper tube, with mechanically bonded aluminum fins and thermal-expansion valve. Comply with ARI 206/110. 3. Fan: Direct driven fan mounted on rubber isolators with adjustable guide vanes. Fan shall have four selectable speeds. 4. Condensate Drain Pans:

a. Fabricated with one percent slope in at least two planes to collect condensate from cooling coils (including coil piping connections, coil headers, and return bends) and humidifiers, and to direct water toward drain connection.

b. Condensate Pump: Provide pan-mounted condensate pump where indicated on drawings.

5. Air Filtration Section: Provide a removable, washable Catechin air filter and an anti-allergy enzyme filter.

2.2 OUTDOOR UNITS (5 TONS (18 kW) OR LESS)

A. Air-Cooled, Compressor-Condenser Components:

1. Casing: Steel, finished with baked enamel finish, with removable panels for access to controls, weep holes for water drainage, and mounting holes in base. Provide brass service valves, fittings, and gage ports on exterior of casing. 2. Compressor: Hermetically sealed with crankcase heater and mounted on vibration isolation device. Compressor motor shall have thermal- and current- sensitive overload devices, start capacitor, relay, and contactor.

a. Compressor Type: Hermetic rotary. b. Refrigerant Charge: R-410A. c. Refrigerant Coil: Copper tube, with mechanically bonded aluminum fins and liquid subcooler. Comply with ARI 206/110.

3. Heat-Pump Components: Reversing valve and low-temperature-air cutoff thermostat. 4. Fan: Direct drive with raised guard and horizontal discharge.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 238126-2 November 6, 2018

5. Motor: Permanently lubricated, with integral thermal-overload protection. 6. Low Ambient Kit: Permits operation down to 17 deg F (7 deg C). 7. Power: Provide control and power cable from outdoor unit to indoor unit to power indoor unit and provide 2-way control between units.

2.3 ACCESSORIES

A. Thermostat: Wired, functioning to remotely control compressor and evaporator fan, with the following features:

1. Compressor time delay. 2. 24-hour time control of system stop and start. 3. Liquid-crystal display indicating temperature, set-point temperature, time setting, operating mode, and fan speed. 4. Fan-speed selection including auto setting.

B. Automatic-reset timer to prevent rapid cycling of compressor.

C. Refrigerant Line Kits: Soft-annealed copper suction and liquid lines factory cleaned, dried, pressurized, and sealed; factory-insulated suction line with flared fittings at both ends.

D. Drain Hose: For condensate.

PART 3 - EXECUTION

3.1 DESIGN AND INSTALLATION

A. Contractor is responsible for design and permitting of the system through the appropriate agencies. The system shall be designed to meet or exceed these specifications.

B. Install units level and plumb.

C. Install evaporator-fan components using manufacturer's standard mounting devices securely fastened to building structure.

D. Equipment Mounting:

1. Install ground-mounted, compressor-condenser components on cast-in-place concrete equipment bases a minimum of 4” thick and extending beyond unit at least 4” in each direct. 2. Install wall-mounted compressor-condenser components on welded angle iron support frames with concrete wall anchors suitable for the weight of the condensing unit. 3. Comply with requirements for vibration isolation and seismic control devices specified in Section 230548 "Vibration and Seismic Controls for HVAC."

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 238126-3 November 6, 2018

E. Install and connect precharged refrigerant tubing to component's quick-connect fittings. Install tubing to allow access to unit.

3.2 CONNECTIONS

A. Provide factory-sized copper refrigerant liquid and suction piping between indoor and outdoor unit. Insulate suction line with ½” closed cell elastomeric foam insulation.

B. Where piping is installed adjacent to unit, allow space for service and maintenance of unit.

3.3 FIELD QUALITY CONTROL

A. Perform tests and inspections.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing.

B. Tests and Inspections:

1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 2. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

C. Remove and replace malfunctioning units and retest as specified above.

D. Prepare test and inspection reports.

PART 4 - METHOD OF MEASUREMENT

4.1 SPLIT-SYSTEM AIR-CONDITIONERS

A. The quantity of split-system air-conditions to be paid for under this specification shall consist of all work contained in this item completed, in place, accepted and ready for operation and will be measured as a lump sum.

PART 5 - BASIS OF PAYMENT

A. Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for design of the system, permitting, furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 238126-4 November 6, 2018

Item 238126-5.1 Split-System Air-Conditioner, Complete – per Lump Sum

END OF SECTION 238126

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 238126-5 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 26 00 00

BASIC ELECTRICAL REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 DESCRIPTION OF WORK

A. This Section specifies the basic requirements for electrical installations and includes requirements common to more than one section of Division 26. It expands and supplements the requirements specified in the General and Supplementary Conditions.

B. The work includes the installation, connection and testing of new electrical equipment, including electrical services, power distribution equipment, lighting equipment, underground electrical work, grounding systems, control systems, conduit and wiring, coordination of traffic flow, temporary power systems, special electrical systems and all appurtenances to construct and demonstrate proper operation of the completed electrical systems.

C. The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both.

D. The work includes the coordination of power, communication, and controls for the project.

1.3 STANDARDS

A. Perform work specified in Division 26 in accordance with standards listed below. Where these specifications are more stringent, they take precedence. In case of conflict, obtain a decision from the Engineer.

1. Applicable National Fire Protection Association (NFPA) codes, including but not limited to: a. NFPA 70 - National Electrical Code. b. NFPA 70E - Standard for Electrical Safety in the Workplace. c. NFPA 72 - National Fire Alarm Code. d. NFPA 101 - Life Safety Code. e. Internet Website: http://www.nfpa.org 2. Applicable Code of Federal Regulations (CFR) codes, including but not limited to: a. 29 CFR 1910 - Occupational Safety and Health Standards (OSHA) b. 29 CFR 1926 - Safety and Health Regulations for Construction. c. Internet Website: http://www.gpoaccess.gov/cfr/index.html 3. ANSI/IEEE C2 - National Electrical Safety Code. 4. NECA 1 – Standard for Good Workmanship in Electrical Construction.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-1 November 6, 2018

5. Applicable Federal, State and Local Electrical Codes. 6. Applicable City Electrical Codes. 7. Applicable City Ordinances pertaining to electrical work. 8. Applicable Federal, State and Local Fire Codes. 9. Applicable Federal, State and Local Energy Codes. 10. Applicable Federal, State and Local Building Codes. 11. Applicable Federal, State and Local - Environmental, Health and Safety Laws and Regulations.

B. Contractor shall utilize the most current editions of standards, which are current at time of bid and as recognized by the Authority Having Jurisdiction for the respective standard.

1.4 SUBMITTALS

A. Submittals shall comply with the General and Special Provisions and with the General and Supplementary Conditions. Refer to these Provisions and Conditions for electronic or paper submittal requirements for Engineer’s review. Mixing of package types will not be allowed.

B. For electronic submittals, submit via email as PDF electronic files directly to the Engineer’s designated representative, or post these PDF electronic files directly to the Engineer’s FTP site specifically established for this project. Electronic submittals shall be in Adobe Acrobat (*.PDF) format and shall be legible when printed. Assemble complete submittal package into a single indexed electronic file, incorporating submittal requirements of an individual Specification section, the transmittal form with unique submittal numbering system, and electronic links or tabs enabling navigation to each item.

C. For paper submittals, securely bind each submittal set in a separate heavy-duty 3-ring, hardcover binder. Group materials submitted by their Specification numbers. Provide type written index label tabs and a type written label for the spine of the binder, which indicates the included equipment types.

D. Submit complete descriptions, illustrations, specification data, etc., of all materials, fittings, devices, fixtures, special systems, etc., as required by the individual sections of this Division.

E. Submittals shall be neat, organized, and easy to interpret.

F. Submittal of shop drawings, product data and samples will be accepted only when submitted by the Contractor. Data Submitted from subcontractors and material suppliers directly to the Architect/Engineer will not be processed.

G. All submittals shall provide the following information:

1. General Contractor. 2. Sub-Contractor. 3. Distributor and/or Supplier. 4. Sales Agency. 5. Submittals not supplying this information will be rejected.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-2 November 6, 2018

H. Shop Drawings: In addition to the above, submit in reproducible form with six prints made by a process approved by the Engineer, shop drawings for major materials where called for and when requested by the Engineer.

1. Lockout/Tagout Program. 2. Safety switches. 3. Wire, cable, and conduit. 4. Dry type transformers including weight and dimensions. 5. Wiring devices and plates. 6. Grounding system and layout.

I. Upon approval, the reproducible form of shop drawings shall be returned to the Contractor who shall then furnish the number of additional prints required by the special conditions of the specification.

J. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. Faxed submittals or submittals with extremely small or otherwise unreadable print will not be accepted. Submittals not required by the Contract Documents will be returned by the Engineer without action.

1.5 QUALITY ASSURANCE

A. It is understood that the rights and benefits given the Owner by the guarantees found in the technical specifications are in addition to and not in derogation of any rights or benefits found in the special and general provisions of the contract.

B. Any electrical equipment provided under this Division shall be turned over to the Owner in operating condition. Instruction on further operation and maintenance shall be included in the operating and maintenance instructions.

1.6 PRODUCT OPTIONS AND SUBSTITUTIONS

A. Refer to the General and Supplementary Conditions for requirements in selecting products and requesting substitutions.

1.7 PRODUCT LISTING

A. Prepare listing of major electrical equipment and materials for the project.

B. Provide all information requested.

C. Submit this listing as a part of the submittal requirement specified in the General and Supplementary Conditions.

D. When two or more items of same material or equipment are required they shall be of the same manufacturer. Product manufacturer uniformity does not apply to raw materials, bulk materials, wire, conduit, fittings, sheet metal, steel bar stock, welding rods, solder, fasteners, motors for dissimilar equipment units, and similar items used in Work, except as otherwise indicated.

E. Provide products that are compatible within systems and other connected items.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-3 November 6, 2018

1.8 NAMEPLATE DATA

A. Provide permanent operational data nameplate on each item of power operated equipment, indicating manufacturer, product name, model number, serial number, capacity, operating and power characteristics, labels of tested compliances, and similar essential data. Locate nameplates in an accessible location.

1.9 WORK SUPERVISION

A. The electrical contractor (whether the general contractor or a subcontractor) shall be a licensed contractor in the state of Texas having an electrical classification suitable for performing the work required in these contract documents.

B. The Contractor shall designate in writing the qualified electrical supervisor who shall provide supervision to all electrical work on this project. The minimum qualifications for the electrical supervisor shall be a master electrician as defined by Texas Electrical Safety and Advisory Board. The supervisor or his appointed alternate possessing at least a journeyman electrician license shall be on site whenever electrical work is being performed. The qualifications of the electrical supervisor shall be subject to approval of the Owner and the Engineer.

C. All master and journeyman electricians shall be licensed in accordance with Texas Board Requirements. The website located at http://www.license.state.tx.us publishes the text of this statutory requirement. No unlicensed electrical workers shall perform electrical work on this project. Apprentice electricians in a ratio of not more than one apprentice per journeyman electrician will be allowed if the apprentices are licensed and actively participating in an apprenticeship program recognized and approved by the Texas Electrical Safety and Advisory Board.

1.10 LOCKOUT / TAGOUT PROGRAM

A. The Contractor shall provide a complete copy of an electrical energy source Lockout/Tagout Program to the Owner, with copy to the Engineer. The document shall clearly identify the on-site master electricians and their contact information, including office and mobile telephone numbers.

B. The Lockout/Tagout Program shall comply with Part 1910 – Occupational Safety and Health Standards (OSHA) Subpart S – Electrical, and meet the requirements of 29 CFR 1910.147, The Control of Hazardous Energy (Lockout/Tagout), including requirements listed in 1910.331 through 1910.335.

C. Implementation of the Lockout/Tagout Program and all other related safety requirements are the sole responsibility of the Contractor.

1.11 SAFETY PROGRAM

A. The Contractor shall implement an electrical safety program that complies with NFPA 70E and 29 CFR 1926.

B. Implementation of the Electrical Safety Program, determining and providing proper Personal Protective Equipment (PPE), training and enforcing personnel to wear the

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-4 November 6, 2018

prescribed PPE, conducting work area safety inspections (including correcting deficiencies), and all other related safety requirements are the sole responsibility of the Contractor.

1.12 EQUIPMENT CONNECTIONS

A. General: Provide connections for all equipment installed or modified by this contract, regardless of who furnished the equipment.

B. Provide all disconnect switches required by Code whether or not shown on the plans.

C. Contractor shall connect Owner-furnished equipment when specified.

1.13 GENERAL CONDITIONS

A. The work under this heading is subject to the General and Supplementary Conditions, special conditions for mechanical and electrical work, and the Contractor or subcontractor will be responsible for and be governed by all requirements thereunder as though specifically repeated herein.

1.14 COOPERATION

A. The Contractor is cautioned to examine all drawings and specifications relating to other branches of the work, and he shall make proper provisions to review all other work.

1.15 SPECIAL NOTE

A. The architectural, mechanical, telecommunications, and structural plans and specifications, including the general conditions and all supplements issued thereto, information to bidders, and other pertinent documents issued by the Engineer, are a part of these specifications and the accompanying electrical plans, and shall be complied with in every respect. All the above is included herewith, and shall be examined by all bidders. Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for additional compensation due to omission of mechanical, architectural, telecommunications, and structural details from the electrical drawings.

1.16 CONTINUATION OF SERVICES

A. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. The Contractor shall supply emergency power whenever any existing electrical service is without power for a period of more than three (3) hours. The existing facility shall remain operational during construction.

B. Outages shall be coordinated two weeks in advance with duration and time of start approved by the Owner. Changeover work which may be required after normal hours or weekends shall not constitute the basis for additional cost to the Owner. When an outage begins, the Contractor shall proceed directly to completion of the work without unscheduled interruptions or delays due to lack of manpower, equipment or tools.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-5 November 6, 2018

1.17 LAYOUT

A. The Engineer shall establish all bench marks and control lines. The Contractor shall lay out all work. The lay out shall be reviewed by the Engineer and Owner prior to starting any work.

1.18 RELATED WORK SPECIFIED ELSEWHERE

A. Mechanical Equipment: The Contractor shall rough-in for and make final electrical connections to all motors, panels, fixtures, and equipment furnished under other sections of the specifications, providing all material and equipment required for such final connections, except hereinbefore described. This includes, but is not limited to, control panels and other miscellaneous equipment.

B. The Contractor shall refer to other sections of these specifications, and avail himself of all information relating to the requirements of all electrical connections to the equipment and shall furnish and install electrical items required for a complete installation, ready for operation.

C. Roughing-in shall be accomplished from approved shop drawings.

D. Verify final locations for rough-ins with field measurements and with the requirements of the actual equipment to be connected.

E. Refer to equipment specifications in other Divisions for rough-in requirements.

1.19 LOCAL CONDITIONS

A. Inspection of Sites: The bidder shall inspect the site, thoroughly acquaint himself with conditions to be met and work to be accomplished. Failure to comply with this shall not constitute grounds for any additional payments.

1.20 RECORD DOCUMENTS

A. Refer to the General and Supplementary Conditions for requirements. The following paragraphs supplement the requirements of the General and Supplementary Conditions.

B. Mark Drawings to indicate revisions to conduit size and location both exterior and interior; actual equipment locations, dimensioned for column lines; concealed equipment, dimensioned to column lines; distribution and branch electrical circuitry; fuse and circuit breaker size and arrangements; support and hanger details; Change Orders; concealed control system devices.

C. Mark Specifications to indicate approved substitutions; Change Orders; actual equipment and materials used.

1.21 OPERATION AND MAINTENANCE DATA

A. Refer to the General and Supplementary Conditions for procedures and requirements for preparation and submittal of maintenance manuals.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-6 November 6, 2018

B. In addition to the information required by the General and Supplementary Conditions, include the following information:

1. Installation manual: Description of function, installation and calibration manuals, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of all replaceable parts.

2. Operations manual: Manufacturer's printed operating instructions and procedures to include start-up, break-in, routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; summer and winter operating instructions; and all programming and equipment settings.

3. Maintenance manual: Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions.

4. Service manual: Servicing instructions and lubrication charts and schedules, including the names and telephone numbers of personnel to contact for both routine periodic and warranty service for equipment and materials provided under this Division.

5. Final approved equipment shop drawings, clearly labeled.

6. Final test reports, clearly labeled, including motor certification tests.

7. Final certified calibration sheets for all equipment and instruments.

C. After approval of the O&M Manuals, the Contractor shall provide three (3) complete electronic copies of all documentation in Adobe PDF file format on CD-R (non- rewriteable) discs storage media. The electronic files shall contain searchable text and include hyperlink indexing for ease in locating information within the PDF file.

1.22 GUARANTEE

A. The Contractor shall guarantee his work and materials for a period of one (1) year from the date of Owner acceptance. If there are failures due to faulty material or workmanship, the Contractor shall correct the failure at no cost to the Owner.

B. Refer to the General and Supplementary Conditions for procedures and submittal requirements for warranties. Refer to individual equipment specifications for warranty requirements.

C. Compile and assemble the warranties specified in Division 26, into a separated set of vinyl covered, three ring binders, tabulated and indexed for easy reference.

D. Provide complete warranty information for each item to include product or equipment to include date of beginning of warranty or bond; duration of warranty or bond; and names, addresses, and telephone numbers and procedures for filing a claim and obtaining warranty services.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-7 November 6, 2018

1.23 CLEANING

A. Refer to the General and Supplementary Conditions for general requirements for final cleaning.

B. Clean all light fixtures, lamps and lenses prior to final acceptance. Replace all inoperative lamps.

C. The electrical system shall be thoroughly cleaned inside and outside of all enclosures to remove all metal shavings or other work debris, dust, concrete splatter, plaster, paint and lint.

PART 2 - PRODUCTS

2.1 MATERIALS AND EQUIPMENT

A. All materials and equipment used in carrying out these specifications to be American made unless approved otherwise by the Engineer and to be new and have UL listing, or listing by other nationally recognized testing laboratory when such listings are available. Specifications and drawings indicate name, type, or catalog numbers of materials and equipment to be used as standards. Proposals shall be based on these standards. Contractor may use materials and equipment equivalent to those specified, subject to Engineer approval.

B. All electrical components and products shall be tested and listed by an OSHA accepted, nationally recognized testing laboratory (NRTL) to conform to the standards indicated in these contract documents and to the industry standards required in the NEC, NEMA, IEEE, and other applicable electrical standards.

C. For electrical work of 600 volts or less, all conductors, terminations, terminal blocks, lugs, connectors, devices and equipment shall be listed, marked, and rated 75 degrees C minimum unless otherwise noted.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Coordinate electrical equipment and materials installation with other building components.

B. Verify all dimensions by field measurements.

C. Arrange for chases, slots, and openings in other building components to allow for electrical installations.

D. Coordinate the installation of required supporting devices and sleeves to be set in concrete and other structural components, as they are constructed.

E. Sequence, coordinate, and integrate installations of electrical materials and equipment for maintaining the required operation of the facility. Give particular attention to large equipment requiring positioning prior to closing-in the building.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-8 November 6, 2018

F. Coordinate the cutting and patching of building components to accommodate the installation of electrical equipment and materials.

G. Where mounting heights are not detailed or dimensioned, install electrical services and overhead equipment to provide the maximum headroom possible.

H. Install electrical equipment to facilitate maintenance and repair or replacement of equipment components. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations.

I. Electrical equipment, such as switchgear, switchboards, panelboards, load centers and other power supply equipment, shall not be used as a common enclosure, pull box or junction box for routing conductors of different systems, unless the equipment is specifically designed for this purpose and indicated as such on the Plans.

J. All electrical equipment shall be securely mounted as indicated in the plans, as required by the contract specifications, as required by guidelines and codes, and as required by the manufacturer using hardware compliant with the environmental conditions.

K. Interior components of electrical enclosures shall be securely mounted using appropriate hardware within the enclosure. Adhesives or adhesive tapes/strips are not allowed and are prohibited.

L. Electrical components, including but not limited to, relays, circuit boards, electronics, etc, shall be installed within approved enclosures.

M. Coordinate the installation of electrical materials and equipment above ceilings with suspension system, mechanical equipment and systems, and structural components.

N. White and/or gray outer finish conductors may only be used as grounded conductors or neutral conductors in accordance with NEC.

O. Install insulated green equipment grounding conductors with all feeder and branch circuits.

P. Provide separate insulated equipment grounding conductors from grounding system to each electrical equipment, telecommunication equipment, other special electrical system equipment, and appurtenance item location in accordance with NFPA 70 and other applicable standard requirements.

Q. Ground fault circuit interrupter (GFCI) receptacles shall be the straight blade, non-feed- through type, with indicator light.

R. Provide GFCI, tamper-resistant, arc fault circuit interrupter, and/or weather-proof-while- in-use type receptacles at locations and areas as required by NEC.

S. Conduit runs shall be one trade size continuously with no reducers allowed. Changing of conduit size is only permitted at manholes, handholes, and boxes and conduit bodies used as outlet, device, junction, or pull boxes, including approved, listed fittings with removable covers.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-9 November 6, 2018

T. Use approved, listed adapter/coupling to convert to other types of conduit. Reducer couplings are not allowed.

3.2 COORDINATION

A. Carefully examine specification and drawings to be thoroughly familiar with items which require electrical connections and coordination. (Electrical drawings are diagrammatic and shall not be scaled for exact sizes.)

B. Notify other tradesmen of any deviations or special conditions necessary for the installation of work. Interference between work of various contractors shall be resolved prior to installation. Work installed not in compliance with specifications and drawings and without properly checking and coordinating as specified above shall, if necessary, be removed and properly reinstalled without additional cost to the Owner. Engineer to be mediating authority in all disputes arising on project.

C. Equipment shall be installed in accordance with manufacturer's recommendation. Where conflicts occur between contract documents and these recommendations, a ruling shall be requested of the Engineer for decision before proceeding with such work.

D. Insofar as it is possible to determine in advance, advise masonry tradesmen to leave proper chases and openings. Place all outlets, anchors, sleeves, and supports prior to pouring concrete or installation of masonry work. Should Contractor neglect doing this, any cutting and/or patching required to be done is at this Contractor's expense.

3.3 CUTTING AND PATCHING

A. Repair or replace routine damage caused by cutting in performance of work under this Division.

B. Correct unnecessary damage caused due to installation of electrical work, brought about through carelessness or lack of coordination.

C. Holes cut through floor slabs to be sleeved or core drilled with drill designed for this purpose. All openings, sleeves, and holes in slabs to be properly sealed, fire proofed and water proofed.

D. Repairs to be performed with materials which match existing materials and to be installed in accordance with appropriate sections of these specifications.

E. All cutting and patching work shall be coordinated in advance with the Engineer and Owner prior to any work.

3.4 TRENCHING, EXCAVATION, BACKFILLING, AND REPAIRS

A. Provide trenching, excavation, and backfilling necessary for performance of work under this Division.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-10 November 6, 2018

3.5 TESTS

A. On completion of work, installation shall be completely operational and entirely free from ground, short circuits, and open circuits. Perform a thorough operational test in presence of the Engineer. Furnish all labor, materials and instruments for above tests.

B. Furnish the Engineer, as part of closing file, a copy of such tests including identification of each circuit and readings recorded, also the main service ground resistance test as described in these specifications. Test information to be furnished to the Engineer includes ampere readings of all panels and major circuit breakers, isolation resistance reading of motors and transformers.

C. Prior to final observation and acceptance test, all electrical systems and equipment shall be in satisfactory operating condition. Including, but not limited to the following:

1. Electrical power and distribution system. 2. Electric motors for all equipment.

3.6 INSPECTION FEES AND PERMITS

A. The Contractor shall obtain and pay for all necessary construction permits, licenses, government charges, and inspection fees necessary for prosecution of the Work. Unless otherwise noted, the Contractor shall pay all charges of utility owners for connections for providing permanent service to the Work, ready for subsequent utility account transfer to the Owner after final acceptance.

3.7 IDENTIFICATION OF EQUIPMENT

A. Properly identify all electrical equipment, including but not limited to the following:

1. Switchgear, switchboards, motor control centers, and control panels. 2. Main distribution panel and individual devices within it. 3. Panelboards and individual devices within it. 4. Safety switches and disconnects. 5. Contactors and lighting control center, including all branch circuits. 6. Individually mounted circuit breakers. 7. Starters and relays. 8. Transformers. 9. Generators and automatic transfer switches.

B. Use permanently attached black phenolic plates with 3/8” white engraved lettering on the face of each, attached with minimum two sheet metal screws. Starters and relays connected under this Division shall be identified whether furnished under this Division or under other Divisions of this contract. Plates shall be indoor or outdoor rated as required by installation location.

C. Panelboard identification plates shall indicate panel by identification name, voltage system, ampacity rating and type, AIC rating, and feeder source description.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-11 November 6, 2018

D. Transformer identification plates shall indicate transformer by identification name, voltage system (listing both voltages and phase type), kVA rating, and disconnecting means location.

E. Identify each receptacle, light switch, junction box, etc. with panelboard identification and circuit number. For all wiring device covers, use hot, stamped, or engraved machine printing with black-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes.

F. Identify fire alarm junction boxes with red covers and mechanical control junction boxes with blue covers.

G. Install all identification as required by current adopted editions of the NFPA 70 - National Electrical Code and NFPA 70E - Standard for Electrical Safety in the Workplace.

H. Refer to Section 26 05 33 Identification for Electrical Systems for additional requirements.

I. Verify conductor color coding identification or scheme with the authority having jurisdiction and the Engineer prior to the work.

3.8 TEMPORARY LIGHTS AND POWER

A. Provide a temporary electrical lighting and power distribution system of adequate size to properly serve the following requirements, including adequate feeder sizes to prevent excessive voltage drop. Temporary work to be installed in a neat and safe manner in accordance with the National Electrical Code, Article 590, and as required by OSHA or applicable local safety codes.

B. Coordinate prior to installation to determine if any lighting or power outlets over the minimum quantity noted above are required.

C. Provide service and panelboards required for above lighting and power outlets.

D. The Contractor will pay for power consumption.

E. Coordinate prior to installation to determine whether single phase or three-phase service is desired.

PART 4 - METHOD OF MEASUREMENT

4.1 LOCKOUT/TAGOUT PROCEDURES

A. The quantity of lockout/tagout procedures to be paid for shall consist of all lockout/tagout procedure work completed in place, accepted and ready for operation.

B. Remove existing aerial fiber cabling shall be measured as the horizontal straight-line distance between the poles to which the cabling is mounted. The quantity is included on an as-needed basis. Confirm with the owner as to which aerial cabling is to be

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-12 November 6, 2018

removed. Any cabling removed shall be offered to the owner, but if the owner does not want the old cable, contractor is responsible for disposal of removed items.

PART 5 - BASIS OF PAYMENT

5.1 LOCKOUT/TAGOUT PROCEDURES

A. Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

Payment will be made under:

Item 26 00 00-5.1 Lockout/Tagout Procedures – per Lump Sum

Item 26 00 00-5.2 Existing Camera Pole and Foundation, Demolished – per Each

Item 26 00 00-5.3 Electrical Circuit for Building Mounted Network Location, Installed – per Each

Item 26 00 00-5.4 Remove existing aerial fiber– per linear feet (this is an as-needed item)

END OF SECTION 260000

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260000-13 November 6, 2018

This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 26 05 19

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Copper building wire rated 600 V or less. 2. Connectors, splices, and terminations rated 600 V and less.

B. Related Requirements: 1. Section 271000 "Structured Cabling" for twisted pair cabling used for data circuits. 2. Section 271100 "Premise Cabling" for twisted pair cabling used for data circuits.

1.3 DEFINITIONS

A. RoHS: Restriction of Hazardous Substances.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Product Schedule: Indicate type, use, location, and termination locations.

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For testing agency.

B. Field quality-control reports.

1.6 QUALITY ASSURANCE

A. Testing Agency Qualifications: Member company of NETA.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260519-1 November 6, 2018 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing.

PART 2 - PRODUCTS

2.1 COPPER BUILDING WIRE

A. Description: Flexible, insulated and uninsulated, drawn copper current-carrying conductor with an overall insulation layer or jacket, or both, rated 600 V or less.

B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. Encore Wire Corporation . 2. Okonite Company (The) . 3. Southwire Company .

C. Standards:

1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use. 2. RoHS compliant. 3. Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide."

D. Conductors: Copper, complying with ASTM B 3 for bare annealed copper and with ASTM B 8 for stranded conductors.

E. Conductor Insulation: 1. Type THHN and Type THWN-2: Comply with UL 83. 2. Type THW and Type THW-2: Comply with NEMA WC-70/ICEA S-95-658 and UL 83. 3. Type UF: Comply with UL 83 and UL 493. 4. Type XHHW-2: Comply with UL 44. 5. Type SOOW: Comply with UL 62

2.2 CONNECTORS AND SPLICES

A. Description: Factory-fabricated connectors, splices, and lugs of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use.

B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. 3M Electrical Products .

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260519-2 November 6, 2018 2. Hubbell Power Systems, Inc . 3. ILSCO .

C. Lugs: One piece, seamless, designed to terminate conductors specified in this Section.

1. Material: Copper. 2. Type: Two hole with long barrels. 3. Termination: Compression.

PART 3 - EXECUTION

3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Feeders: Copper; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

B. Feeders: Copper for feeders smaller than No. 4 AWG; copper or aluminum for feeders No. 4 AWG and larger. Conductors shall be solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

C. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

D. Branch Circuits: Copper. Solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Exposed Feeders: Type THHN/THWN-2, single conductors in raceway.

B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN/THWN-2, single conductors in raceway.

C. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway.

D. Exposed Branch Circuits, Including in Crawlspaces: Type THHN/THWN-2, single conductors in raceway.

E. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2, single conductors in raceway.

F. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260519-3 November 6, 2018 3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.

B. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables.

C. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

F. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems."

3.4 CONNECTIONS

A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B.

B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.

3.5 IDENTIFICATION

A. Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems."

B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor.

3.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling."

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260519-4 November 6, 2018 3.7 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly according to Section 078413 "Penetration Firestopping."

3.8 FIELD QUALITY CONTROL

A. Perform tests and inspections. 1. After installing conductors and cables and before electrical circuitry has been energized, test conductors feeding the following critical equipment and services for compliance with requirements:

2. Perform each of the following visual and electrical tests:

a. Inspect exposed sections of conductor and cable for physical damage and correct connection according to the single-line diagram. b. Test bolted connections for high resistance using one of the following:

1) A low-resistance ohmmeter. 2) Calibrated torque wrench. 3) Thermographic survey.

c. Inspect compression-applied connectors for correct cable match and indentation. d. Inspect for correct identification. e. Inspect cable jacket and condition. f. Insulation-resistance test on each conductor for ground and adjacent conductors. Apply a potential of 500-V dc for 300-V rated cable and 1000- V dc for 600-V rated cable for a one-minute duration. g. Continuity test on each conductor and cable. h. Uniform resistance of parallel conductors.

3. Initial Infrared Scanning: After Substantial Completion, but before Final Acceptance, perform an infrared scan of each splice in conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. Correct deficiencies determined during the scan.

a. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. b. Record of Infrared Scanning: Prepare a certified report that identifies switches checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

4. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each switch 11 months after date of Substantial Completion.

B. Cables will be considered defective if they do not pass tests and inspections.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260519-5 November 6, 2018 C. Prepare test and inspection reports to record the following:

1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements, and corrective action taken to achieve compliance with requirements.

PART 4 - METHOD OF MEASUREMENT

4.1 CABLE

A. Electrical cable installed in duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable installed in duct bank or conduit. The measurement for this item shall include additional quantities required for slack.

PART 5 – BASIS OF PAYMENT

5.1 CABLE

B. Payment will be made at the contract unit price for cable and equipment ground installed in duct bank or conduit in place by the Contractor, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

Payment will be made under:

Item 26 05 19-5.1 No. 10 AWG, Stranded, 600V Rated, Type THHN/THWN-2 Cable, Installed in Duct Bank or Conduit – per Linear Feet

END OF SECTION 260519

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260519-6 November 6, 2018 SECTION 26 05 26

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes grounding and bonding systems and equipment.

B. Section includes grounding and bonding systems and equipment, plus the following special applications:

1. Underground distribution grounding. 2. Ground bonding common with lightning protection system. 3. Foundation steel electrodes.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1.4 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Plans showing dimensioned locations of grounding features specified in "Field Quality Control" Article, including the following:

1. Grounding arrangements and connections for separately derived systems.

B. Qualification Data: For testing agency and testing agency's field supervisor.

C. Field quality-control reports.

1.5 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals.

1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260526-1 November 6, 2018 a. Plans showing as-built, dimensioned locations of grounding features specified in "Field Quality Control" Article, including the following:

1) Grounding arrangements and connections for separately derived systems.

b. Instructions for periodic testing and inspection of grounding features at ground rings grounding connections for separately derived systems based on NETA MTS.

1) Tests shall determine if ground-resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not. 2) Include recommended testing intervals.

1.6 QUALITY ASSURANCE

A. Testing Agency Qualifications: Certified by NETA.

PART 2 - PRODUCTS

2.1 SYSTEM DESCRIPTION

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with UL 467 for grounding and bonding materials and equipment.

2.2 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. Burndy; Part of Hubbell Electrical Systems . 2. ERICO International Corporation . 3. O-Z/Gedney; a brand of Emerson Industrial Automation .

2.3 CONDUCTORS

A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction.

B. Bare Copper Conductors:

1. Solid Conductors: ASTM B 3.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260526-2 November 6, 2018 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick.

2.4 CONNECTORS

A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected.

B. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.

C. Bus-Bar Connectors: Compression type, copper or copper alloy, with two wire terminals.

D. Beam Clamps: Mechanical type, terminal, ground wire access from four directions, with dual, tin-plated or silicon bronze bolts.

E. Cable-to-Cable Connectors: Compression type, copper or copper alloy.

F. Conduit Hubs: Mechanical type, terminal with threaded hub.

G. Service Post Connectors: Mechanical type, bronze alloy terminal, in short- and long- stud lengths, capable of single and double conductor connections.

H. Straps: Solid copper, copper lugs. Rated for 600 A.

I. U-Bolt Clamps: Mechanical type, copper or copper alloy, terminal listed for direct burial.

PART 3 - EXECUTION

3.1 APPLICATIONS

A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated.

B. Conductor Terminations and Connections:

1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Connections to Structural Steel: Welded connectors.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260526-3 November 6, 2018 3.2 EQUIPMENT GROUNDING

A. Install insulated equipment grounding conductors with all feeders and branch circuits.

B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70:

1. Feeders and branch circuits. 2. Receptacle circuits. 3. Single-phase motor and appliance branch circuits. 4. Three-phase motor and appliance branch circuits. 5. Flexible raceway runs.

C. Water Heater, Heat-Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat-tracing cable. Bond conductor to heater units, piping, connected equipment, and components.

3.3 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit.

C. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit.

1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic-welded connectors for outdoor locations; if a disconnect-type connection is required, use a bolted clamp.

D. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install bonding jumper to bond across flexible duct connections to achieve continuity.

E. Retain one of two "Concrete-Encased Grounding Electrode (Ufer Ground)" paragraphs below to require concrete-encased grounding electrode. Concrete shall be in direct contact with the earth. Concrete installed with insulation, vapor barriers, films, or similar items separating the concrete from the earth is not considered to be in "direct contact" with the earth.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260526-4 November 6, 2018 F. Connections: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact are galvanically compatible.

1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum-to-galvanized-steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces.

3.4 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Tests and Inspections:

1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 3. Test completed grounding system at each location where a maximum ground- resistance level is specified, at service disconnect enclosure grounding terminal, and at individual ground rods. Make tests at ground rods before any conductors are connected.

a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall-of-potential method according to IEEE 81.

4. Prepare dimensioned Drawings locating each test well, ground rod and ground- rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results.

C. Grounding system will be considered defective if it does not pass tests and inspections.

D. Prepare test and inspection reports.

E. Report measured ground resistances that exceed the following values:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260526-5 November 6, 2018 1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 25 ohms.

F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance.

PART 4 - METHOD OF MEASUREMENT

4.1 GROUNDING AND BONDING

A. Grounding and bonding systems shall not be measured separately for payment, but shall be considered subsidiary to the item in which they are contained.

END OF SECTION 260526

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260526-6 November 6, 2018 SECTION 26 05 29

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Steel slotted support systems. 2. Conduit and cable support devices. 3. Support for conductors in vertical conduit. 4. Structural steel for fabricated supports and restraints. 5. Mounting, anchoring, and attachment components, including powder-actuated fasteners, mechanical expansion anchors, concrete inserts, clamps, through bolts, toggle bolts, and hanger rods. 6. Fabricated metal equipment support assemblies.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following:

a. Slotted support systems, hardware, and accessories. b. Clamps. c. Hangers. d. Sockets. e. Eye nuts. f. Fasteners. g. Anchors. h. Saddles. i. Brackets.

2. Include rated capacities and furnished specialties and accessories.

B. Shop Drawings: For fabrication and installation details for electrical hangers and support systems.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260529-1 November 6, 2018 1. Hangers. Include product data for components. 2. Slotted support systems. 3. Equipment supports. 4. Vibration Isolation Base Details: Detail fabrication including anchorages and attachments to structure and to supported equipment. Include adjustable motor bases, rails, and frames for equipment mounting.

1.4 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved:

1. Suspended ceiling components. 2. Ductwork, piping, fittings, and supports. 3. Structural members to which hangers and supports will be attached. 4. Size and location of initial access modules for acoustical tile.

B. Seismic Qualification Data: Certificates, for hangers and supports for electrical equipment and systems, accessories, and components, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

C. Welding certificates.

1.5 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.2/D1.2M.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Seismic Performance: Hangers and supports shall withstand the effects of earthquake motions determined according to ASCE/SEI 7.

1. The term "withstand" means "the supported equipment and systems will remain in place without separation of any parts when subjected to the seismic forces specified and the supported equipment and systems will be fully operational after the seismic event." 2. Component Importance Factor: 1.0.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260529-2 November 6, 2018 B. Surface-Burning Characteristics: Comply with ASTM E 84; testing by a qualified testing agency. Identify products with appropriate markings of applicable testing agency.

1. Flame Rating: Class 1. 2. Self-extinguishing according to ASTM D 635.

2.2 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

A. Steel Slotted Support Systems: Preformed steel channels and angles with minimum 13/32-inch-diameter holes at a maximum of 8 inches o.c. in at least one surface.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. B-line, an Eaton business . b. Flex-Strut Inc . c. Unistrut; Part of Atkore International .

2. Standard: Comply with MFMA-4 factory-fabricated components for field assembly.

3. Material for Channel, Fittings, and Accessories: Stainless steel, Type 304. 4. Channel Width: Selected for applicable load criteria.

B. Conduit and Cable Support Devices: Stainless-steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.

C. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be made of malleable iron.

D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M steel plates, shapes, and bars; black and galvanized.

E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:

1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Hilti, Inc . 2) ITW Ramset/Red Head; Illinois Tool Works, Inc . 3) Simpson Strong-Tie Co., Inc .

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260529-3 November 6, 2018 2. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.

a. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1) B-line, an Eaton business . 2) Hilti, Inc . 3) MKT Fastening, LLC .

3. Concrete Inserts: Steel or malleable-iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58.

4. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. 5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: Stainless-steel springhead type. 7. Hanger Rods: Threaded steel.

2.3 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES

A. Description: Welded or bolted structural-steel shapes, shop or field fabricated to fit dimensions of supported equipment.

B. Materials: Comply with requirements in Section 055000 "Metal Fabrications" for steel shapes and plates.

PART 3 - EXECUTION

3.1 APPLICATION

A. Comply with the following standards for application and installation requirements of hangers and supports, except where requirements on Drawings or in this Section are stricter:

1. NECA 1. 2. NECA 101 3. NECA 102. 4. NECA 105. 5. NECA 111.

B. Comply with requirements in Section 078413 "Penetration Firestopping" for firestopping materials and installation for penetrations through fire-rated walls, ceilings, and assemblies.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260529-4 November 6, 2018 C. Comply with requirements for raceways and boxes specified in Section 260533 "Raceways and Boxes for Electrical Systems."

D. Maximum Support Spacing and Minimum Hanger Rod Size for Raceways: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch in diameter.

E. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings, and for fastening raceways to trapeze supports.

3.2 SUPPORT INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article.

B. Raceway Support Methods: In addition to methods described in NECA 1, EMT and RMC may be supported by openings through structure members, according to NFPA 70.

C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb.

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code:

1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Spring-tension clamps. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate by means that comply with seismic-restraint strength and anchorage requirements.

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260529-5 November 6, 2018 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

A. Comply with installation requirements in Section 055000 "Metal Fabrications" for site- fabricated metal supports.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.

C. Field Welding: Comply with AWS D1.1/D1.1M.

3.4 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.

1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.

B. Touchup: Comply with requirements in Section 099113 "Exterior Painting" and Section 099123 "Interior Painting" for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

PART 4 - METHOD OF MEASUREMENT

4.1 HANGERS AND SUPPORTS

A. Hanger and supports for electrical systems shall not be measured separately for payment, but shall be considered subsidiary to the item in which they are contained.

END OF SECTION 260529

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260529-6 November 6, 2018 SECTION 26 05 33

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Metal conduits and fittings. 2. Nonmetallic conduits and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling.

B. Related Requirements:

1. Section 078413 "Penetration Firestopping" for firestopping at conduit and box entrances.

1.3 DEFINITIONS

A. GRC: Galvanized rigid steel conduit.

B. IMC: Intermediate metal conduit.

1.4 ACTION SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-1 November 6, 2018 1.5 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved:

1. Structural members in paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in paths of conduit groups with common supports.

B. Qualification Data: For professional engineer.

C. Seismic Qualification Data: Certificates, for enclosures, cabinets, and conduit racks and their mounting provisions, including those for internal components, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. 4. Detailed description of conduit support devices and interconnections on which the certification is based and their installation requirements.

D. Source quality-control reports.

PART 2 - PRODUCTS

2.1 METAL CONDUITS AND FITTINGS

A. Metal Conduit:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. Allied Tube & Conduit; a part of Atkore International . b. O-Z/Gedney; a brand of Emerson Industrial Automation . c. Wheatland Tube Company .

2. Listing and Labeling: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

3. GRC: Comply with ANSI C80.1 and UL 6. 4. ARC: Comply with ANSI C80.5 and UL 6A. 5. IMC: Comply with ANSI C80.6 and UL 1242. 6. EMT: Comply with ANSI C80.3 and UL 797. 7. FMC: Comply with UL 1; zinc-coated steel.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-2 November 6, 2018 8. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.

B. Metal Fittings:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. Allied Tube & Conduit; a part of Atkore International . b. O-Z/Gedney; a brand of Emerson Industrial Automation . c. Wheatland Tube Company .

2. Comply with NEMA FB 1 and UL 514B.

3. Listing and Labeling: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 4. Fittings, General: Listed and labeled for type of conduit, location, and use. 5. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 1203 and NFPA 70. 6. Fittings for EMT:

a. Material: Steel. b. Type: Compression.

7. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 8. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch, with overlapping sleeves protecting threaded joints.

C. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity.

2.2 NONMETALLIC CONDUITS AND FITTINGS

A. Nonmetallic Conduit:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. AFC Cable Systems; a part of Atkore International . b. CANTEX INC . c. RACO; Hubbell .

2. Listing and Labeling: Nonmetallic conduit shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-3 November 6, 2018 3. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. 4. LFNC: Comply with UL 1660.

B. Nonmetallic Fittings:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. CANTEX INC . b. RACO; Hubbell . c. Thomas & Betts Corporation; A Member of the ABB Group .

2. Fittings, General: Listed and labeled for type of conduit, location, and use.

3. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material.

a. Fittings for LFNC: Comply with UL 514B.

4. Solvents and Adhesives: As recommended by conduit manufacturer.

2.3 BOXES, ENCLOSURES, AND CABINETS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. Crouse-Hinds, an Eaton business . 2. Hoffman; a brand of Pentair Equipment Protection . 3. Hubbell Incorporated .

B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations.

C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.

D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD, with gasketed cover.

E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

F. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, galvanized, cast iron with gasketed cover.

G. Box extensions used to accommodate new building finishes shall be of same material as recessed box.

H. Device Box Dimensions: 4 inches square by 2-1/8 inches deep.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-4 November 6, 2018 I. Gangable boxes are prohibited.

J. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 3R with continuous-hinge cover with flush latch unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.

K. Cabinets:

1. NEMA 250, Type 3R galvanized-steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below unless otherwise indicated:

1. Exposed Conduit: GRC. 2. Concealed Conduit, Aboveground: GRC. 3. Underground Conduit: RNC, Type EPC-40-PVC, direct buried or concrete encased as indicated. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.

B. Indoors: Apply raceway products as specified below unless otherwise indicated:

1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed, Not Subject to Severe Physical Damage: EMT. 3. Exposed and Subject to Severe Physical Damage: GRC. Raceway locations include the following:

a. Loading dock. b. Corridors used for traffic of mechanized carts, forklifts, and pallet-handling units. c. Mechanical rooms. d. Insert designations of applicable spaces or locations.

4. Concealed in Ceilings and Interior Walls and Partitions: EMT.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-5 November 6, 2018 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations. 6. Damp or Wet Locations: GRC.

C. Minimum Raceway Size: 3/4-inch trade size.

D. Raceway Fittings: Compatible with raceways and suitable for use and location.

1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. EMT: Use compression, steel fittings. Comply with NEMA FB 2.10. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20.

E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth.

F. Install surface raceways only where indicated on Drawings.

G. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F.

3.2 INSTALLATION

A. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports.

B. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors.

C. Do not install raceways or electrical items on any "explosion-relief" walls or rotating equipment.

D. Do not fasten conduits onto the bottom side of a metal deck roof.

E. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping.

F. Complete raceway installation before starting conductor installation.

G. Arrange stub-ups so curved portions of bends are not visible above finished slab.

H. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction.

I. Make bends in raceway using large-radius preformed ells. Field bending shall be according to NFPA 70 minimum radii requirements. Use only equipment specifically designed for material and size involved.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-6 November 6, 2018 J. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines.

K. Support conduit within 12 inches of enclosures to which attached.

L. Stub-Ups to Above Recessed Ceilings:

1. Use EMT, IMC, or RMC for raceways. 2. Use a conduit bushing or insulated fitting to terminate stub-ups not terminated in hubs or in an enclosure.

M. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

N. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly.

O. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG.

P. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits.

Q. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more.

R. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path.

S. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length.

T. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use.

U. Surface Raceways:

1. Install surface raceway with a minimum 2-inch radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods.

V. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-7 November 6, 2018 flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70.

W. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Conduit extending from interior to exterior of building. 4. Conduit extending into pressurized duct and equipment. 5. Conduit extending into pressurized zones that are automatically controlled to maintain different pressure set points. 6. Where otherwise required by NFPA 70.

X. Comply with manufacturer's written instructions for solvent welding RNC and fittings.

Y. Expansion-Joint Fittings:

1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet. Install in each run of aboveground RMC and EMT conduit that is located where environmental temperature change may exceed 100 deg F and that has straight-run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change.

3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement.

Z. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-8 November 6, 2018 AA. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Prepare block surfaces to provide a flat surface for a raintight connection between box and cover plate or supported equipment and box.

BB. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel.

CC. Locate boxes so that cover or plate will not span different building finishes.

DD. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose.

EE. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.

3.3 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Install 0sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling."

3.4 FIRESTOPPING

A. Install firestopping at penetrations of fire-rated floor and wall assemblies. Comply with requirements in Section 078413 "Penetration Firestopping."

3.5 PROTECTION

A. Protect coatings, finishes, and cabinets from damage and deterioration.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer.

PART 4 - METHOD OF MEASUREMENT

4.1 CONDUIT

A. Conduits shall be measured by the linear feet of conduits installed, including all connectors, hangers and supports, and junction boxes all measured in place, completed, and accepted. Separate measurement shall be made for various types and sizes.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-9 November 6, 2018 PART 5 - BASIS OF PAYMENT

5.1 CONDUIT

A. Payment will be made at the contract unit price per linear foot for each type and size of conduit completed and accepted, including all connectors and junction boxes. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications.

Payment will be made under:

Item 26 05 33-5.1 Rigid Galvanized Steel Conduit, 1-Way 1”C, Mounted to Exterior Structure – per Linear Foot

END OF SECTION 260533

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260533-10 November 6, 2018 SECTION 26 05 43

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Metal conduits and fittings, including GRC and PVC-coated steel conduit. 2. Rigid nonmetallic duct. 3. Flexible nonmetallic duct. 4. Duct accessories. 5. Precast concrete handholes. 6. Polymer concrete handholes and boxes with polymer concrete cover. 7. Utility structure accessories.

1.3 DEFINITIONS

A. Direct Buried: Duct or a duct bank that is buried in the ground, without any additional casing materials such as concrete.

B. Duct: A single duct or multiple ducts. Duct may be either installed singly or as component of a duct bank.

C. Duct Bank:

1. Two or more ducts installed in parallel, with or without additional casing materials. 2. Multiple duct banks.

D. GRC: Galvanized rigid (steel) conduit.

E. Trafficways: Locations where vehicular or pedestrian traffic is a normal course of events.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-1 November 6, 2018 1. Include duct-bank materials, including spacers and miscellaneous components. 2. Include duct, conduits, and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Include accessories for manholes, handholes, boxes. 4. Include underground-line warning tape. 5. Include warning planks.

B. Shop Drawings:

1. Precast or Factory-Fabricated Underground Utility Structures:

a. Include plans, elevations, sections, details, attachments to other work, and accessories. b. Include duct entry provisions, including locations and duct sizes. c. Include reinforcement details. d. Include frame and cover design and manhole chimneys. e. Include grounding details. f. Include dimensioned locations of cable rack inserts, pulling-in and lifting irons, and sumps. g. Include joint details.

2. Factory-Fabricated Handholes and Boxes Other Than Precast Concrete:

a. Include dimensioned plans, sections, and elevations, and fabrication and installation details. b. Include duct entry provisions, including locations and duct sizes. c. Include cover design. d. Include grounding details. e. Include dimensioned locations of cable rack inserts, and pulling-in and lifting irons.

1.5 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: For duct and duct bank. Show duct profiles and coordination with other utilities and underground structures.

1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. 2. Drawings shall be signed and sealed by a qualified professional engineer.

B. Qualification Data: For professional engineer and testing agency responsible for testing nonconcrete handholes and boxes.

C. Product Certificates: For concrete and steel used in precast concrete handholes, as required by ASTM C 858.

D. Source quality-control reports.

E. Field quality-control reports.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-2 November 6, 2018 1.6 MAINTENANCE MATERIALS SUBMITTALS

A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

B. Furnish cable-support stanchions, arms, insulators, and associated fasteners in quantities equal to 5 percent of quantity of each item installed.

1.7 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated.

1.8 FIELD CONDITIONS

A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated:

1. Notify Owner no fewer than seven days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission.

PART 2 - PRODUCTS

2.1 METAL CONDUIT AND FITTINGS

A. GRC: Comply with ANSI C80.1 and UL 6.

B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Allied Tube & Conduit; a part of Atkore International . 2. Republic Conduit . 3. Thomas & Betts Corporation; A Member of the ABB Group . 4. Wheatland Tube Company .

C. Listed and labeled as defined in NFPA 70, by a nationally recognized testing laboratory, and marked for intended location and application.

2.2 RIGID NONMETALLIC DUCT

A. Underground Plastic Utilities Duct: Type EPC-80-PVC and Type EPC-40-PVC RNC, complying with NEMA TC 2 and UL 651, with matching fittings complying with NEMA TC 3 by same manufacturer as duct.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-3 November 6, 2018 B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. ARNCO Corp . 2. CANTEX INC . 3. Condux International, Inc .

C. Listed and labeled as defined in NFPA 70, by a nationally recognized testing laboratory, and marked for intended location and application.

D. Solvents and Adhesives: As recommended by conduit manufacturer.

2.3 DUCT ACCESSORIES

A. Duct Spacers: Factory-fabricated, rigid, PVC interlocking spacers; sized for type and size of duct with which used, and selected to provide minimum duct spacing indicated while supporting duct during concreting or backfilling.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. CANTEX INC . b. Carlon; a brand of Thomas & Betts Corporation . c. Underground Devices, Inc .

B. Underground-Line Warning Tape: Comply with requirements for underground-line warning tape specified in Section 260553 "Identification for Electrical Systems."

2.4 PRECAST CONCRETE HANDHOLES AND BOXES

A. Description: Factory-fabricated, reinforced-concrete, monolithically poured walls and bottom unless open-bottom enclosures are indicated. Frame and cover shall form top of enclosure and shall have load rating consistent with that of handhole or box.

B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. Oldcastle Precast, Inc . 2. Utility Concrete Products, LLC . 3. Utility Vault Co .

C. Comply with ASTM C 858 for design and manufacturing processes.

D. Frame and Cover: Weatherproof steel frame, with hinged, spring-assisted steel access door assembly with tamper-resistant, captive, cover-securing bolts.

1. Cover Hinges: Concealed, with hold-open ratchet assembly. 2. Cover Handle: Recessed.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-4 November 6, 2018 E. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

F. Cover Legend: Molded lettering, "FIBER OPTIC CABLE"

G. Configuration: Units shall be designed for flush burial and have integral closed bottom unless otherwise indicated.

H. Joint Sealant: Asphaltic-butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground-water level at grade.

I. Knockout Panels: Precast openings in walls, arranged to match dimensions and elevations of approaching duct, plus an additional 12 inches vertically and horizontally to accommodate alignment variations.

1. Center window location. 2. Knockout panels shall be located no less than 6 inches from interior surfaces of walls, floors, or frames and covers of handholes, but close enough to corners to facilitate racking of cables on walls. 3. Knockout panel opening shall have cast-in-place, welded-wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct. 4. Knockout panels shall be framed with at least two additional No. 3 steel reinforcing bars in concrete around each opening. 5. Knockout panels shall be 1-1/2 to 2 inches thick.

J. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct.

1. Type and size shall match fittings to duct to be terminated. 2. Fittings shall align with elevations of approaching duct and be located near interior corners of handholes to facilitate racking of cable.

K. Handholes 12 inches wide by 24 inches long and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured.

2.5 POLYMER CONCRETE HANDHOLES AND BOXES WITH POLYMER CONCRETE COVER

A. Description: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two.

B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. NewBasis . 2. Oldcastle Enclosure Solutions . 3. Quazite: Hubbell Power Systems, Inc .

C. Standard: Comply with SCTE 77. Comply with tier requirements in "Underground Enclosure Application" Article.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-5 November 6, 2018 D. Color: Gray.

E. Configuration: Units shall be designed for flush burial and have closed bottom unless otherwise indicated.

F. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure.

G. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

H. Cover Legend: Molded lettering, as indicated for each service.

I. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall.

J. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering duct for secure, fixed installation in enclosure wall.

K. Handholes 12 inches wide by 24 inches long and larger shall have factory-installed inserts for cable racks and pulling-in irons.

2.6 UTILITY STRUCTURE ACCESSORIES

A. Accessories for Utility Structures: Utility equipment and accessory items used for utility structure access and utility support, listed and labeled for intended use and application.

B. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. NewBasis . 2. Oldcastle Precast, Inc . 3. Quazite: Hubbell Power Systems, Inc .

C. Pulling Eyes in Concrete Walls: Eyebolt with reinforcing-bar fastening insert, 2-inch- diameter eye, and 1-by-4-inch bolt.

1. Working Load Embedded in 6-Inch, 4000-psi Concrete: 13,000-lbf minimum tension.

D. Pulling-in and Lifting Irons in Concrete Floors: 7/8-inch-diameter, hot-dip galvanized, bent steel rod; stress relieved after forming; and fastened to reinforcing rod. Exposed triangular opening.

1. Ultimate Yield Strength: 40,000-lbf shear and 60,000-lbf tension.

E. Bolting Inserts for Concrete Utility Structure Cable Racks and Other Attachments: Flared, threaded inserts of noncorrosive, chemical-resistant, nonconductive thermoplastic material; 1/2-inch ID by 2-3/4 inches deep, flared to 1-1/4 inches minimum at base.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-6 November 6, 2018 1. Tested Ultimate Pullout Strength: 12,000 lbf minimum.

F. Ground Rod Sleeve: 3-inch PVC sleeve in manhole floors 2 inches from the wall adjacent to, but not underneath, the ducts routed from the facility.

G. Expansion Anchors for Installation after Concrete Is Cast: Zinc-plated, carbon-steel- wedge type with stainless-steel expander clip with 1/2-inch bolt, 5300-lbf rated pullout strength, and minimum 6800-lbf rated shear strength.

H. Cable Rack Assembly: Nonmetallic. Components fabricated from nonconductive, fiberglass-reinforced polymer.

1. Stanchions: Nominal 36 inches high by 4 inches wide, with provisions to connect to other sections to form a continuous unit, with minimum of nine holes for arm attachment. 2. Arms: Arranged for secure, drop-in attachment in horizontal position at any location on cable stanchions, and capable of being locked in position. Arms shall be available in lengths ranging from 3 inches with 450-lb minimum capacity to 20 inches with 250-lb minimum capacity. Top of arm shall be nominally 4 inches wide, and arm shall have slots along full length for cable ties.

I. Duct-Sealing Compound: Nonhardening, safe for contact with human skin, not deleterious to cable insulation, and workable at temperatures as low as 35 deg F. Capable of withstanding temperature of 300 deg F without slump and adhering to clean surfaces of plastic ducts, metallic conduit, conduit and duct coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals.

J. Cover Hooks: Heavy duty, designed for lifts 60 lbf and greater. Two required.

2.7 SOURCE QUALITY CONTROL

A. Test and inspect precast concrete utility structures according to ASTM C 1037.

B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied.

1. Tests of materials shall be performed by an independent testing agency. 2. Strength tests of complete boxes and covers shall be by an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification, complying with ISO 9000 and ISO 10012, and traceable to NIST standards.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-7 November 6, 2018 PART 3 - EXECUTION

3.1 PREPARATION

A. Coordinate layout and installation of duct, duct bank, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. Notify Architect if there is a conflict between areas of excavation and existing structures or archaeological sites to remain.

B. Coordinate elevations of duct and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of duct and duct banks, as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations as required to suit field conditions and to ensure that duct and duct bank will drain to manholes and handholes, and as approved by Architect.

C. Clear and grub vegetation to be removed, and protect vegetation to remain according to Section 311000 "Site Clearing." Remove and stockpile topsoil for reapplication according to Section 311000 "Site Clearing."

3.2 UNDERGROUND DUCT APPLICATION

A. Duct for Electrical Feeders 600 V and Less: Type EPC-40-PVC RNC, concrete- encased unless otherwise indicated.

B. Duct for Electrical Feeders 600 V and Less: Type EPC-80-PVC or Type EPC-40-PVC RNC, direct-buried unless otherwise indicated.

C. Duct for Electrical Branch Circuits: Type EPC-40-PVC RNC, direct-buried unless otherwise indicated.

D. Stub-ups: Concrete-encased GRC.

3.3 UNDERGROUND ENCLOSURE APPLICATION

A. Handholes and Boxes for 600 V and Less:

1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-20 structural load rating. 2. Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Precast concrete, AASHTO HB 17, H-20 structural load rating. 3. Cover design load shall not exceed the design load of the handhole or box.

3.4 EARTHWORK

A. Excavation and Backfill: Comply with Section 312000 "Earth Moving," but do not use heavy-duty, hydraulic-operated, compaction equipment.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-8 November 6, 2018 B. Restoration: Replace area immediately after backfilling is completed.

C. Restore surface features at areas disturbed by excavation, and re-establish original grades unless otherwise indicated. Replace removed sod immediately after backfilling is completed.

D. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. Comply with Section 329200 "Turf and Grasses" and Section 329300 "Plants."

E. Cut and patch existing pavement in the path of underground duct, duct bank, and underground structures according to "Cutting and Patching" Article in Section 017300 "Execution."

3.5 DUCT AND DUCT-BANK INSTALLATION

A. Where indicated on Drawings, install duct, spacers, and accessories into the duct-bank configuration shown. Duct installation requirements in this Section also apply to duct bank.

B. Install duct according to NEMA TCB 2.

C. Slope: Pitch duct a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope duct from a high point between two manholes, to drain in both directions.

D. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends with a minimum radius of 48 inches, both horizontally and vertically, at other locations unless otherwise indicated.

1. Duct shall have maximum of two 90 degree bends or the total of all bends shall be no more 180 degrees between pull points.

E. Joints: Use solvent-cemented joints in duct and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent duct do not lie in same plane.

F. Installation Adjacent to High-Temperature Steam Lines: Where duct is installed parallel to underground steam lines, perform calculations showing the duct will not be subject to environmental temperatures above 40 deg C. Where environmental temperatures are calculated to rise above 40 deg C, and anywhere the duct crosses above an underground steam line, install insulation blankets listed for direct burial to isolate the duct bank from the steam line.

G. End Bell Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches o.c. for 5-inch duct, and vary proportionately for other duct sizes.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-9 November 6, 2018 1. Begin change from regular spacing to end-bell spacing 10 feet from the end bell, without reducing duct slope and without forming a trap in the line. 2. Expansion and Deflection Fittings: Install an expansion and deflection fitting in each duct in the area of disturbed earth adjacent to manhole or handhole. Install an expansion fitting near the center of all straight line direct-buried duct with calculated expansion of more than 3/4 inch. 3. Grout end bells into structure walls from both sides to provide watertight entrances.

H. Terminator Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use manufactured, cast-in-place duct terminators, with entrances into structure spaced approximately 6 inches o.c. for 4-inch duct, and vary proportionately for other duct sizes.

1. Begin change from regular spacing to terminator spacing 10 feet from the terminator, without reducing duct line slope and without forming a trap in the line. 2. Expansion and Deflection Fittings: Install an expansion and deflection fitting in each duct in the area of disturbed earth adjacent to manhole or handhole. Install an expansion fitting near the center of all straight line duct with calculated expansion of more than 3/4 inch.

I. Building Wall Penetrations: Make a transition from underground duct to GRC at least 10 feet outside the building wall, without reducing duct line slope away from the building and without forming a trap in the line. Use fittings manufactured for RNC-to- GRC transition. Install GRC penetrations of building walls as specified in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling."

J. Sealing: Provide temporary closure at terminations of duct with pulled cables. Seal spare duct at terminations. Use sealing compound and plugs to withstand at least 15- psig hydrostatic pressure.

K. Pulling Cord: Install 200-lbf-test nylon cord in empty ducts.

L. Concrete-Encased Ducts and Duct Bank:

1. Excavate trench bottom to provide firm and uniform support for duct. Prepare trench bottoms as specified in Section 312000 "Earth Moving" for pipes less than 6 inches in nominal diameter. 2. Width: Excavate trench 12 inches wider than duct on each side. 3. Width: Excavate trench 3 inches wider than duct on each side. 4. Depth: Install so top of duct envelope is at least 24 inches below finished grade in areas not subject to deliberate traffic, and at least 30 inches below finished grade in deliberate traffic paths for vehicles unless otherwise indicated. 5. Support duct on duct spacers coordinated with duct size, duct spacing, and outdoor temperature. 6. Spacer Installation: Place spacers close enough to prevent sagging and deforming of duct, with not less than four spacers per 20 feet of duct. Place spacers within 24 inches of duct ends. Stagger spacers approximately 6 inches between tiers. Secure spacers to earth and to duct to prevent floating during concreting. Tie entire assembly together using fabric straps; do not use tie wires

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-10 November 6, 2018 or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 7. Minimum Space between Duct: 3 inches between edge of duct and exterior envelope wall, 2 inches between ducts for like services, and 4 inches between power and communications ducts. 8. Elbows: Use manufactured duct elbows for stub-ups, at building entrances, and at changes of direction in duct unless otherwise indicated. Extend encasement throughout length of elbow. 9. Elbows: Use manufactured GRC elbows for stub-ups, at building entrances, and at changes of direction in duct run.

a. Couple RNC duct to GRC with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. Stub-ups to Outdoor Equipment: Extend concrete-encased GRC horizontally a minimum of 60 inches from edge of base. Install insulated grounding bushings on terminations at equipment.

1) Stub-ups shall be minimum 4 inches above finished floor and minimum 3 inches from conduit side to edge of slab .

10. Reinforcement: Reinforce concrete-encased duct where crossing disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 11. Forms: Use walls of trench to form side walls of duct bank where soil is self- supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 12. Concrete Cover: Install a minimum of 3 inches of concrete cover between edge of duct to exterior envelope wall, 2 inches between duct of like services, and 4 inches between power and communications ducts. 13. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation.

a. Start at one end and finish at the other, allowing for expansion and contraction of duct as its temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written instructions, or use other specific measures to prevent expansion- contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4-inch reinforcing-rod dowels extending a minimum of 18 inches into concrete on both sides of joint near corners of envelope.

14. Pouring Concrete: Comply with requirements in "Concrete Placement" Article in Section 033000 "Cast-in-Place Concrete." Place concrete carefully during pours to prevent voids under and between duct and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Allow concrete to flow around duct and rise up in middle, uniformly filling all open spaces. Do not use power-driven agitating equipment unless specifically designed for duct- installation application.

M. Direct-Buried Duct and Duct Bank:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-11 November 6, 2018 1. Excavate trench bottom to provide firm and uniform support for duct. Comply with requirements in Section 312000 "Earth Moving" for preparation of trench bottoms for pipes less than 6 inches in nominal diameter. 2. Width: Excavate trench 12 inches wider than duct on each side. 3. Width: Excavate trench 3 inches wider than duct on each side. 4. Depth: Install top of duct at least 36 inches below finished grade unless otherwise indicated. 5. Set elevation of bottom of duct bank below frost line. 6. Support ducts on duct spacers coordinated with duct size, duct spacing, and outdoor temperature. 7. Spacer Installation: Place spacers close enough to prevent sagging and deforming of duct, with not less than four spacers per 20 feet of duct. Place spacers within 24 inches of duct ends. Stagger spacers approximately 6 inches between tiers. Secure spacers to earth and to ducts to prevent floating during concreting. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 8. Install duct with a minimum of 3 inches between ducts for like services and 6 inches between power and communications duct. 9. Elbows: Install manufactured duct elbows for stub-ups, at building entrances, and at changes of direction in duct direction unless otherwise indicated. Encase elbows for stub-up ducts throughout length of elbow. 10. Install manufactured GRC elbows for stub-ups, at building entrances, and at changes of direction in duct.

a. Couple RNC duct to GRC with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. Stub-ups to Outdoor Equipment: Extend concrete-encased GRC horizontally a minimum of 60 inches from edge of base. Install insulated grounding bushings on terminations at equipment.

1) Stub-ups shall be minimum 4 inches above finished floor and minimum 3 inches from conduit side to edge of slab .

11. After installing first tier of duct, backfill and compact. Start at tie-in point and work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand place backfill to 4 inches over duct and hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only. After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction. Comply with requirements in Section 312000 "Earth Moving" for installation of backfill materials.

a. Place minimum 3 inches of sand as a bed for duct. Place sand to a minimum of 6 inches above top level of duct. b. Place minimum 6 inches of engineered fill above concrete encasement of duct.

N. Underground-Line Warning Tape: Bury conducting underground line specified in Section 260553 "Identification for Electrical Systems" no less than 12 inches above all

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-12 November 6, 2018 concrete-encased duct and duct banks and approximately 12 inches below grade. Align tape parallel to and within 3 inches of centerline of duct bank. Provide an additional warning tape for each 12-inch increment of duct-bank width over a nominal 18 inches. Space additional tapes 12 inches apart, horizontally.

3.6 INSTALLATION OF CONCRETE HANDHOLES AND BOXES

A. Precast Concrete Handhole Installation:

1. Comply with ASTM C 891 unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting duct, to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth.

B. Elevations: 1. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch above finished grade. 2. Where indicated, cast handhole cover frame integrally with handhole structure.

C. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated.

D. Hardware: Install removable hardware, including pulling eyes, cable stanchions, and cable arms, and insulators, as required for installation and support of cables and conductors and as indicated.

E. Field-Installed Bolting Anchors in Manholes and Concrete Handholes: Do not drill deeper than 3-7/8 inches for manholes and 2 inches for handholes, for anchor bolts installed in the field. Use a minimum of two anchors for each cable stanchion.

3.7 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting duct, to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of duct, and seal joint between box and extension as recommended by manufacturer.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas and trafficways, set cover flush with finished grade. Set covers of other handholes 1 inch above finished grade.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-13 November 6, 2018 D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in enclosure.

E. Field cut openings for duct according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

3.8 GROUNDING

A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems."

3.9 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. Demonstrate capability and compliance with requirements on completion of installation of underground duct, duct bank, and utility structures. 2. Pull solid aluminum or wood test mandrel through duct to prove joint integrity and adequate bend radii, and test for out-of-round duct. Provide a minimum 12-inch- long mandrel equal to duct size minus 1/4 inch. If obstructions are indicated, remove obstructions and retest. 3. Test handhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 260526 "Grounding and Bonding for Electrical Systems."

B. Correct deficiencies and retest as specified above to demonstrate compliance.

C. Prepare test and inspection reports.

3.10 CLEANING

A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of duct until duct cleaner indicates that duct is clear of dirt and debris. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts.

B. Clean internal surfaces of manholes, including sump.

1. Sweep floor, removing dirt and debris. 2. Remove foreign material.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-14 November 6, 2018 PART 4 - METHOD OF MEASUREMENT

4.1 UNDERGROUND CONDUIT AND DUCT BANK

A. Underground conduits and duct banks shall be measured by the linear feet of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes.

4.2 JUNCTION STRUCTURES

A. Electrical manholes and junction structures shall be measured by each unit completed in place and accepted. The following additional items are specifically included in each unit:

• All Required Excavation, Dewatering

• Sheeting and Bracing

• All Required Backfilling with On-Site Materials

• Restoration of All Surfaces and Finished Grading, Sodding

• All Required Connections

• Dewatering If Required

• Ground Rod Testing

PART 5 - BASIS OF PAYMENT

5.1 CONDUIT

A. Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications.

5.2 JUNCTION STRUCTURES

A. The accepted quantity of electrical manholes and junction structures will be paid for at the Contract unit price per each, complete and in place. This price shall be full

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-15 November 6, 2018 compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of appurtenances and connections to duct banks and other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the structure.

Payment will be made under:

Item 26 05 43-5.1 Traffic-Rated, Precast Concrete Handhole, Interior Dimensions 2’L x 3’W x 3’D, Installed per Each

Item 26 05 43-5.2 Traffic-Rated, Polymer Concrete Handhole, Interior Dimensions 30”L x 17”W x 24”D, Installed – per Each

Item 26 05 43-5.3 Non-Encased Electrical Conduit, 1-Way 2”C, Installed – per Linear Foot

Item 26 05 43-5.4 Non-Encased Electrical Conduit, 2-Way 4”C, Installed – per Linear Foot

END OF SECTION 260543

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260543-16 November 6, 2018 SECTION 26 05 44

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Sleeves for raceway and cable penetration of non-fire-rated construction walls and floors. 2. Sleeve-seal systems. 3. Sleeve-seal fittings. 4. Grout. 5. Silicone sealants.

B. Related Requirements:

1. Section 078413 "Penetration Firestopping" for penetration firestopping installed in fire-resistance-rated walls, horizontal assemblies, and smoke barriers, with and without penetrating items.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

PART 2 - PRODUCTS

2.1 SLEEVES

A. Wall Sleeves:

1. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc coated, plain ends. 2. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop unless otherwise indicated.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260544-1 November 6, 2018 B. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies: Galvanized-steel sheet; 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint, with tabs for screw-fastening the sleeve to the board.

C. PVC-Pipe Sleeves: ASTM D 1785, Schedule 40.

D. Molded-PVC Sleeves: With nailing flange for attaching to wooden forms.

E. Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms.

F. Sleeves for Rectangular Openings:

1. Material: Galvanized sheet steel. 2. Minimum Metal Thickness:

a. For sleeve cross-section rectangle perimeter less than 50 inches and with no side larger than 16 inches, thickness shall be 0.052 inch. b. For sleeve cross-section rectangle perimeter 50 inches or more and one or more sides larger than 16 inches, thickness shall be 0.138 inch.

2.2 SLEEVE-SEAL SYSTEMS

A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. Advance Products & Systems, Inc . b. CALPICO, Inc . c. Pipeline Seal and Insulator, Inc .

2. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Stainless steel. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements.

2.3 SLEEVE-SEAL FITTINGS

A. Description: Manufactured plastic, sleeve-type, waterstop assembly made for embedding in concrete slab or wall. Unit shall have plastic or rubber waterstop collar with center opening to match piping OD.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260544-2 November 6, 2018 a. HOLDRITE .

2.4 GROUT

A. Description: Nonshrink; recommended for interior and exterior sealing openings in non- fire-rated walls or floors.

B. Standard: ASTM C 1107/C 1107M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout.

C. Design Mix: 5000-psi, 28-day compressive strength.

D. Packaging: Premixed and factory packaged.

2.5 SILICONE SEALANTS

A. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants of grade indicated below.

1. Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces that are not fire rated.

B. Silicone Foams: Multicomponent, silicone-based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, nonshrinking foam.

PART 3 - EXECUTION

3.1 SLEEVE INSTALLATION FOR NON-FIRE-RATED ELECTRICAL PENETRATIONS

A. Comply with NECA 1.

B. Comply with NEMA VE 2 for cable tray and cable penetrations.

C. Sleeves for Conduits Penetrating Above-Grade Non-Fire-Rated Concrete and Masonry-Unit Floors and Walls:

1. Interior Penetrations of Non-Fire-Rated Walls and Floors:

a. Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Section 079200 "Joint Sealers." b. Seal space outside of sleeves with mortar or grout. Pack sealing material solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect material while curing.

2. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260544-3 November 6, 2018 3. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed. 4. Install sleeves for wall penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. Deburr after cutting. 5. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches above finished floor level. Install sleeves during erection of floors.

D. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies:

1. Use circular metal sleeves unless penetration arrangement requires rectangular sleeved opening. 2. Seal space outside of sleeves with approved joint compound for gypsum board assemblies.

E. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work.

F. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals.

3.2 SLEEVE-SEAL-SYSTEM INSTALLATION

A. Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at raceway entries into building.

B. Install type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.3 SLEEVE-SEAL-FITTING INSTALLATION

A. Install sleeve-seal fittings in new walls and slabs as they are constructed.

B. Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls. Position waterstop flange to be centered in concrete slab or wall.

C. Secure nailing flanges to concrete forms.

D. Using grout, seal the space around outside of sleeve-seal fittings.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260544-4 November 6, 2018 PART 4 - METHOD OF MEASUREMENT

4.1 SLEEVES AND SLEEVE SEALS

A. Sleeves and Sleeve seal systems shall not be measured separately for payment, but shall be considered subsidiary to the item in which they are contained.

END OF SECTION 260544

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260544-5 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 26 05 53

IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Color and legend requirements for raceways, conductors, and warning labels and signs. 2. Labels. 3. Bands and tubes. 4. Tapes and stencils. 5. Tags. 6. Signs. 7. Cable ties. 8. Paint for identification. 9. Fasteners for labels and signs.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for electrical identification products.

B. Samples: For each type of label and sign to illustrate composition, size, colors, lettering style, mounting provisions, and graphic features of identification products.

C. Identification Schedule: For each piece of electrical equipment and electrical system components to be an index of nomenclature for electrical equipment and system components used in identification signs and labels. Use same designations indicated on Drawings.

D. Delegated-Design Submittal: For arc-flash hazard study.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-1 November 6, 2018 PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Comply with ASME A13.1 and IEEE C2.

B. Comply with NFPA 70.

C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.

D. Comply with ANSI Z535.4 for safety signs and labels.

E. Comply with NFPA 70E and Section 260573.19 "Arc-Flash Hazard Analysis" requirements for arc-flash warning labels.

F. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969.

G. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes.

1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces.

2.2 COLOR AND LEGEND REQUIREMENTS

A. Raceways and Cables Carrying Circuits at 600 V or Less:

1. Black letters on an orange field. 2. Legend: Indicate voltage.

B. Color-Coding for Phase- and Voltage-Level Identification, 600 V or Less: Use colors listed below for ungrounded feeder and branch-circuit conductors.

1. Color shall be factory applied. 2. Colors for 208/120-V Circuits:

a. Phase A: Black. b. Phase B: Red. c. Phase C: Blue.

3. Colors for 240-V Circuits:

a. Phase A: Black. b. Phase B: Red.

4. Colors for 480/277-V Circuits:

a. Phase A: Brown. b. Phase B: Orange. c. Phase C: Yellow.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-2 November 6, 2018 5. Color for Neutral: Gray. 6. Color for Equipment Grounds: Green. 7. Colors for Isolated Grounds: Green with white stripe.

C. Raceways and Cables Carrying Circuits at More Than 600 V:

1. Black letters on an orange field. 2. Legend: "DANGER - CONCEALED HIGH VOLTAGE WIRING."

D. Warning Label Colors:

1. Identify system voltage with black letters on an orange background.

E. Warning labels and signs shall include, but are not limited to, the following legends:

1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES."

F. Equipment Identification Labels:

1. Black letters on a white field.

2.3 LABELS

A. Self-Adhesive Wraparound Labels: Preprinted, 3-mil-thick, vinyl flexible label with acrylic pressure-sensitive adhesive.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Brady Corporation . b. Ideal Industries, Inc . c. Seton Identification Products .

2. Self-Lamination: Clear; UV-, weather- and chemical-resistant; self-laminating, protective shield over the legend. Labels sized such that the clear shield overlaps the entire printed legend. 3. Marker for Labels: Permanent, waterproof, black ink marker recommended by tag manufacturer. 4. Marker for Labels: Machine-printed, permanent, waterproof, black ink recommended by printer manufacturer.

2.4 SIGNS

A. Laminated Acrylic or Melamine Plastic Signs:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-3 November 6, 2018 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. Brady Corporation . b. Carlton Industries, LP . c. Marking Services, Inc .

2. Engraved legend.

3. Thickness:

a. For signs up to 20 sq. in., minimum 1/16 inch thick. b. For signs larger than 20 sq. in., 1/8 inch thick. c. Engraved legend with black letters on white face. d. Punched or drilled for mechanical fasteners with 1/4-inch grommets in corners for mounting. e. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.

2.5 CABLE TIES

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. Ideal Industries, Inc . 2. Marking Services, Inc . 3. Panduit Corp .

B. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.

1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 Deg F according to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black, except where used for color-coding.

C. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.

1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 Deg F according to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black.

D. Plenum-Rated Cable Ties: Self-extinguishing, UV stabilized, one piece, and self- locking.

1. Minimum Width: 3/16 inch.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-4 November 6, 2018 2. Tensile Strength at 73 Deg F according to ASTM D 638: 7000 psi. 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F. 5. Color: Black.

2.6 MISCELLANEOUS IDENTIFICATION PRODUCTS

A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior).

B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers.

PART 3 - EXECUTION

3.1 PREPARATION

A. Self-Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product.

3.2 INSTALLATION

A. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project.

B. Install identifying devices before installing acoustical ceilings and similar concealment.

C. Verify identity of each item before installing identification products.

D. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual.

E. Apply identification devices to surfaces that require finish after completing finish work.

F. Install signs with approved legend to facilitate proper identification, operation, and maintenance of electrical systems and connected items.

G. System Identification for Raceways and Cables under 600 V: Identification shall completely encircle cable or conduit. Place identification of two-color markings in contact, side by side.

1. Secure tight to surface of conductor, cable, or raceway.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-5 November 6, 2018 H. System Identification for Raceways and Cables over 600 V: Identification shall completely encircle cable or conduit. Place adjacent identification of two-color markings in contact, side by side.

1. Secure tight to surface of conductor, cable, or raceway.

I. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections.

J. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer.

K. Elevated Components: Increase sizes of labels, signs, and letters to those appropriate for viewing from the floor.

L. Accessible Fittings for Raceways: Identify the covers of each junction and pull box of the following systems with the wiring system legend and system voltage. System legends shall be as follows:

1. "EMERGENCY POWER." 2. "POWER." 3. "UPS."

M. Vinyl Wraparound Labels:

1. Secure tight to surface of raceway or cable at a location with high visibility and accessibility. 2. Attach labels that are not self-adhesive type with clear vinyl tape, with adhesive appropriate to the location and substrate.

N. Snap-around Labels: Secure tight to surface at a location with high visibility and accessibility.

O. Self-Adhesive Wraparound Labels: Secure tight to surface at a location with high visibility and accessibility.

P. Marker Tapes: Secure tight to surface at a location with high visibility and accessibility.

Q. Self-Adhesive Vinyl Tape: Secure tight to surface at a location with high visibility and accessibility.

1. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding.

R. Laminated Acrylic or Melamine Plastic Signs:

1. Attach signs that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-6 November 6, 2018 2. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2-inch-high sign; where two lines of text are required, use labels 2 inches high.

S. Cable Ties: General purpose, for attaching tags, except as listed below:

1. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated.

3.3 IDENTIFICATION SCHEDULE

A. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices.

B. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, pull points, and locations of high visibility. Identify by system and circuit designation.

C. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and stencil. Stencil legend "DANGER - CONCEALED HIGH-VOLTAGE WIRING" with 3- inch-high, black letters on 20-inch centers.

1. Locate identification at changes in direction, at penetrations of walls and floors, and at 30-foot maximum intervals.

D. Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits, More Than 30 A and 120 V to Ground: Identify with self-adhesive raceway labels.

1. Locate identification at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas.

E. Accessible Fittings for Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive labels containing the wiring system legend and system voltage. System legends shall be as follows:

1. "EMERGENCY POWER." 2. "POWER." 3. "UPS."

F. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use self-adhesive wraparound labels to identify the phase.

1. Locate identification at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-7 November 6, 2018 G. Control-Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes, and handholes, use self-adhesive labels with the conductor or cable designation, origin, and destination.

H. Control-Circuit Conductor Termination Identification: For identification at terminations, provide self-adhesive labels with the conductor designation.

I. Auxiliary Electrical Systems Conductor Identification: Self-adhesive vinyl tape that is uniform and consistent with system used by manufacturer for factory-installed connections.

1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation.

J. Concealed Raceways and Duct Banks, More Than 600 V, within Buildings: Apply floor marking tape to the following finished surfaces:

1. Floor surface directly above conduits running beneath and within 12 inches of a floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to raceways concealed within wall. 3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings.

K. Instructional Signs: Self-adhesive labels, including the color code for grounded and ungrounded conductors.

L. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Baked-enamel warning signs.

1. Apply to exterior of door, cover, or other access. 2. For equipment with multiple power or control sources, apply to door or cover of equipment, including, but not limited to, the following:

a. Power-transfer switches.

M. Arc Flash Warning Labeling: Self-adhesive labels.

N. Operating Instruction Signs: Laminated acrylic or melamine plastic signs.

O. Emergency Operating Instruction Signs: Laminated acrylic or melamine plastic signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer.

P. Equipment Identification Labels:

1. Indoor Equipment: Laminated acrylic or melamine plastic sign. 2. Outdoor Equipment: Laminated acrylic or melamine sign. 3. Equipment to Be Labeled:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-8 November 6, 2018 a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be in the form of a self-adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Transformers: Label that includes tag designation indicated on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. e. Emergency system boxes and enclosures. f. Motor-control centers. g. Enclosed switches. h. Enclosed circuit breakers. i. Enclosed controllers. j. Variable-speed controllers. k. Power-transfer equipment. l. Power-generating units.

PART 4 - METHOD OF MEASUREMENT

4.1 IDENITIFICATION

A. Identification for electrical systems shall not be measured separately for payment, but shall be considered subsidiary to the leak detection control equipment pay item.

END OF SECTION 260553

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 260553-9 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 SECTION 262726

WIRING DEVICES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Standard-grade receptacles, 125 V, 20 A. 2. GFCI receptacles, 125 V, 20 A. 3. Wall plates.

1.3 DEFINITIONS

A. GFCI: Ground-fault circuit interrupter.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

1.5 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

1.6 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing-label warnings and instruction manuals that include labeling conditions.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 262726-1 November 6, 2018 PART 2 - PRODUCTS

2.1 GENERAL WIRING-DEVICE REQUIREMENTS

A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and use.

B. Comply with NFPA 70.

C. RoHS compliant.

D. Comply with NEMA WD 1.

E. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions:

1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with requirements in this Section.

F. Devices for Owner-Furnished Equipment:

1. Receptacles: Match plug configurations. 2. Cord and Plug Sets: Match equipment requirements.

G. Device Color:

1. Wiring Devices Connected to Normal Power System: White unless otherwise indicated or required by NFPA 70 or device listing.

H. Wall Plate Color: For plastic covers, match device color.

I. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer.

2.2 STANDARD-GRADE RECEPTACLES, 125 V, 20 A

A. Weather-Resistant Duplex Receptacle, 125 V, 20 A:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc.

2. Description: Two pole, three wire, and self-grounding. Integral shutters that operate only when a plug is inserted in the receptacle. Square face.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 262726-2 November 6, 2018 3. Configuration: NEMA WD 6, Configuration 5-20R. 4. Standards: Comply with UL 498. 5. Marking: Listed and labeled as complying with NFPA 70, "Receptacles in Damp or Wet Locations" Article.

2.3 GFCI RECEPTACLES, 125 V, 20 A

A. Tamper- and Weather-Resistant, GFCI Duplex Receptacles, 125 V, 20 A:

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

a. Eaton (Arrow Hart). b. Hubbell Incorporated; Wiring Device-Kellems. c. Leviton Manufacturing Co., Inc.

2. Description: Integral GFCI with "Test" and "Reset" buttons and LED indicator light. Two pole, three wire, and self-grounding. Integral shutters that operate only when a plug is inserted in the receptacle. Square face.

3. Configuration: NEMA WD 6, Configuration 5-15R. 4. Type: Non-feed through. 5. Standards: Comply with UL 498 and UL 943 Class A. 6. Marking: Listed and labeled as complying with NFPA 70, "Tamper-Resistant Receptacles" and "Receptacles in Damp or Wet Locations" articles.

2.4 CORD AND PLUG SETS

A. Match voltage and current ratings and number of conductors to requirements of equipment being connected.

B. Cord: Rubber-insulated, stranded-copper conductors, with Type SOW-A jacket; with green-insulated grounding conductor and ampacity of at least 130 percent of the equipment rating.

C. Plug: Nylon body and integral cable-clamping jaws. Match cord and receptacle type for connection.

2.5 WALL PLATES

A. Single Source: Obtain wall plates from same manufacturer of wiring devices.

B. Single and combination types shall match corresponding wiring devices.

1. Plate-Securing Screws: Metal with head color to match plate finish. 2. Material for Unfinished Spaces: Galvanized steel. 3. Material for Damp Locations: Cast aluminum with spring-loaded lift cover, and listed and labeled for use in wet and damp locations.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 262726-3 November 6, 2018 C. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather-resistant, die-cast aluminum with lockable cover.

D. Antimicrobial Cover Plates:

1. Contact surfaces treated with a coating that kills 99.9 percent of certain common bacteria within two hours when regularly and properly cleaned. 2. Tarnish resistant.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated.

B. Coordination with Other Trades:

1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes, and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete.

C. Conductors:

1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall comply with NFPA 70, Article 300, without pigtails. 4. Existing Conductors:

a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough.

D. Device Installation:

1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 262726-4 November 6, 2018 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact.

E. Receptacle Orientation:

1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right.

F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening.

G. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates.

H. Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings.

3.2 GFCI RECEPTACLES

A. Install non-feed-through GFCI receptacles where protection of downstream receptacles is not required.

3.3 IDENTIFICATION

A. Comply with Section 260553 "Identification for Electrical Systems."

B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 262726-5 November 6, 2018 3.4 FIELD QUALITY CONTROL

A. Test Instruments: Use instruments that comply with UL 1436.

B. Test Instrument for Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement.

C. Perform the following tests and inspections:

1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement.

D. Tests for Receptacles:

1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault-current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above.

E. Test straight-blade for the retention force of the grounding blade according to NFPA 99. Retention force shall be not less than 4 oz.

F. Wiring device will be considered defective if it does not pass tests and inspections.

G. Prepare test and inspection reports.

PART 4 - METHOD OF MEASUREMENT

4.1 WIRING DEVICES

A. Wiring devices shall not be measured separately for payment, but shall be considered subsidiary to the item in which it is contained.

END OF SECTION 262726

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 262726-6 November 6, 2018 SECTION 264113

LIGHTNING PROTECTION FOR STRUCTURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes lightning protection system for ordinary structures.

B. Section includes lightning protection system for the following:

1. CCTV Camera Poles.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings:

1. Include layouts of the lightning protection system, with details of the components to be used in the installation. 2. Include raceway locations needed for the installation of conductors. 3. Details of air terminals, ground rods, ground rings, conductor supports, splices, and terminations, including concealment requirements. 4. Include roof attachment details, coordinated with roof installation. 5. Calculations required by NFPA 780 for bonding of metal bodies.

1.4 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Lightning protection system Shop Drawings, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved:

1. Lightning protection cabling attachments to roofing systems and accessories. 2. Lightning protection strike termination device attachment to roofing systems, coordinated with the roofing system manufacturer. 3. Lightning protection system components penetrating roofing and moisture protection systems and system components, coordinated with the roofing system manufacturer.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 264113-1 November 6, 2018 B. Qualification Data: For Installer.

C. Product Certificates: For each type of roof adhesive for attaching the roof-mounted air terminal assemblies, approved by the roofing-material manufacturer.

D. Field quality-control reports.

1.5 CLOSEOUT SUBMITTALS

A. Maintenance Data: For lightning protection system to include in maintenance manuals.

1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following:

a. Dimensioned site plan showing dimensioned route of the ground loop conductor and the ground rod locations. Comply with requirements of Section 017839 "Project Record Documents." b. A system testing and inspection record, listing the results of inspections and ground resistance tests, as recommended by NFPA 780, Annex D.

B. Completion Certificate:

1. UL Letter of Findings Limited Scope Inspection Report.

1.6 QUALITY ASSURANCE

A. Installer Qualifications: UL-listed installer, category OWAY.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

1. ERICO; a brand of nVent . 2. Harger Lightning & Grounding . 3. Thompson Lightning Protection, Inc .

2.2 PERFORMANCE REQUIREMENTS

A. NFPA Lightning Protection Standard: Comply with NFPA 780 requirements for Class I buildings.

B. UL Lightning Protection Standard: Comply with UL 96A requirements for Class I buildings.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 264113-2 November 6, 2018 C. Lightning Protection Components, Devices, and Accessories: Listed and labeled by a qualified testing agency as complying with UL 96, and marked for intended location and application.

2.3 MATERIALS

A. Air Terminals:

1. Copper unless otherwise indicated. 2. 1/2-inch diameter by 24 inches long. 3. Rounded tip. 4. Integral base support.

B. Air Terminal Bracing:

1. Copper. 2. 1/4-inch diameter rod.

C. Class I Main Conductors:

1. Stranded Copper: 57,400 circular mils in diameter.

D. Ground Loop Conductor: Stranded copper .

E. Ground Rods:

1. Material: Copper-clad steel. 2. Diameter: 3/4 inch. 3. Rods shall be not less than 120 inches long. 4. Pointed-type.

F. Conductor Splices and Connectors: Compression fittings that are installed with hydraulically operated tools, or exothermic welds, approved for use with the class type.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install lightning protection components and systems according to UL 96A.

B. Install conductors with direct paths from air terminals to ground connections. Avoid bends less than 90 degrees and 8 inches in radius and narrow loops.

C. Ground Ring Electrode: The conductor shall be not less than the main-size lightning conductor.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 264113-3 November 6, 2018 3.2 CONNECTIONS

A. Aboveground concealed connections, and connections in earth or concrete, shall be done by exothermic welds or by high-compression fittings listed for the purpose.

B. Aboveground exposed connections shall be done using the following types of connectors, listed and labeled for the purpose: exothermic weld [ crimp ].

C. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit.

1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment.

3.3 CORROSION PROTECTION

A. Do not combine materials that can form an electrolytic couple that will accelerate corrosion in the presence of moisture unless moisture is permanently excluded from junction of such materials.

B. Use conductors with protective coatings where conditions would cause deterioration or corrosion of conductors.

3.4 FIELD QUALITY CONTROL

A. Special Inspections: Engage a qualified special inspector to perform the following special inspections:

1. Perform inspections as required to obtain a UL Master Label for system. 2. Perform inspections to obtain an LPI certification.

B. Prepare test and inspection reports and certificates.

PART 4 - METHOD OF MEASUREMENT

4.1 LIGHTNING PROTECTION FOR STRUCTURES

A. Lightning protection for structures shall not be measured separately for payment, but shall be considered subsidiary to in which it is contained.

END OF SECTION 264113

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 264113-4 November 6, 2018 SECTION 265613

LIGHTING POLES AND STANDARDS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Poles and accessories for support of luminaires. 2. Luminaire-lowering devices.

1.3 DEFINITIONS

A. EPA: Equivalent projected area.

B. Luminaire: Complete luminaire.

C. Pole: Luminaire-supporting structure, including tower used for large-area illumination.

D. Standard: See "Pole."

1.4 ACTION SUBMITTALS

A. Product Data: For each pole, accessory, and luminaire-supporting and -lowering device, arranged as indicated.

1. Include data on construction details, profiles, EPA, cable entrances, materials, dimensions, weight, rated design load, and ultimate strength of individual components. 2. Include finishes for lighting poles and luminaire-supporting devices. 3. Anchor bolts. 4. Manufactured pole foundations.

B. Shop Drawings:

1. Include plans, elevations, sections, and details.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-1 November 6, 2018 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Detail fabrication and assembly of poles. 4. Foundation construction details, including material descriptions, dimensions, anchor bolts, support devices, and calculations, signed and sealed by a professional engineer licensed in the state of installation. 5. Anchor bolt templates keyed to specific poles and certified by manufacturer. 6. Method and procedure of pole installation. Include manufacturer's written installations.

1.5 INFORMATIONAL SUBMITTALS

A. Pole and Support Component Certificates: Signed by manufacturers of poles, certifying that products are designed for indicated load requirements according to AASHTO LTS- 6-M and that load imposed by luminaire and attachments has been included in design. The certification shall be based on design calculations signed and sealed by a professional engineer.

B. Sample Warranty: Manufacturer's standard warranty.

1.6 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For poles to include in emergency, operation, and maintenance manuals.

1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include pole inspection and repair procedures.

1.7 MAINTENANCE MATERIAL SUBMITTALS

A. Pole repair materials.

1.8 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM C 1093 for foundation testing.

1.9 DELIVERY, STORAGE, AND HANDLING

A. Package aluminum poles for shipping according to ASTM B 660.

B. Store poles on decay-resistant skids at least 12 inches above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation.

C. Retain factory-applied pole wrappings on metal poles until right before pole installation. Handle poles with web fabric straps.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-2 November 6, 2018 1.10 WARRANTY

A. Special Warranty: Manufacturer agrees to repair or replace components of pole(s) that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within a specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs from special warranty period.

1. Warranty Period: Five years from date of Substantial Completion. 2. Warranty Period for Corrosion Resistance: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design pole foundation and pole power system.

B. Structural Characteristics: Comply with AASHTO LTS-6-M.

C. Dead Load: Weight of luminaire and its horizontal and vertical supports, lowering devices, and supporting structure, applied according to AASHTO LTS-6-M.

D. Live Load: Single load of 500 lbf distributed according to AASHTO LTS-6-M.

E. Ice Load: Load of 3 lbf/sq. ft., applied according to AASHTO LTS-6-M for applicable areas on the Ice Load Map.

F. Wind Load: Pressure of wind on pole and luminaire, calculated and applied according to AASHTO LTS-6-M.

1. Basic wind speed for calculating wind load for poles 50 feet high or less is 90 mph.

a. Wind Importance Factor: 1.0. b. Minimum Design Life: 25 years. c. Velocity Conversion Factor: 1.0.

G. Strength Analysis: For each pole, multiply the actual EPA of cameras and brackets by a factor of 1.1 to obtain the EPA to be used in pole selection strength analysis.

2.2 STEEL POLES

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-3 November 6, 2018 1. Cooper Lighting, an Eaton business . 2. Hapco . 3. Hubbell Incorporated . 4. Millerbernd Manufacturing Company .

B. Source Limitations: Obtain poles from single manufacturer or producer.

C. Source Limitations: For poles, obtain each color, grade, finish, type, and variety of pole from single source with resources to provide products of consistent quality in appearance and physical properties.

D. Poles: Comply with ASTM A 500/A 500M, Grade B carbon steel with a minimum yield of 46,000 psig; one-piece construction up to 40 feet in height with access handhole in pole wall.

1. Shape: Round, tapered. 2. Mounting Provisions: Butt flange for bolted mounting on foundation or breakaway support.

E. Pole-Top Tenons: Fabricated to support luminaire or luminaires and brackets indicated, and securely fastened to pole top.

F. Fasteners: Galvanized steel, size and type as determined by manufacturer. Corrosion- resistant items compatible with support components.

1. Materials: Compatible with poles and standards as well as the substrates to which poles and standards are fastened and shall not cause galvanic action at contact points. 2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot-dip galvanized after fabrication unless otherwise indicated.

G. Grounding and Bonding Lugs: Welded 1/2-inch threaded lug, complying with requirements in Section 260526 "Grounding and Bonding for Electrical Systems," listed for attaching grounding and bonding conductors of type and size indicated, and accessible through handhole.

H. Handhole: Oval shaped, with minimum clear opening of 2-1/2 by 5 inches, with cover secured by stainless-steel captive screws.

I. Prime-Coat Finish: Manufacturer's standard prime-coat finish ready for field painting.

J. Galvanized Finish: After fabrication, hot-dip galvanize according to ASTM A 123/A 123M.

K. Factory-Painted Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" recommendations for applying and designating finishes.

1. Surface Preparation: Clean surfaces according to SSPC-SP 1 to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, according to SSPC-SP 5/NACE No. 1 or SSPC-SP 8.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-4 November 6, 2018 2. Interior Surfaces of Pole: One coat of bituminous paint, or otherwise treat for equal corrosion protection. 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high gloss, high-build polyurethane enamel.

a. Color: As selected by Architect from manufacturer's full range.

2.3 POLE ACCESSORIES

A. Duplex Receptacle: Ground-fault circuit interrupter type, 120 V ac, 20 A in a weatherproof assembly. Comply with requirements in Section 262726 "Wiring Devices."

1. Surface mounted 18 inches above finished grade.

a. NEMA 250, Type 3R, nonmetallic polycarbonate plastic or reinforced fiberglass, enclosure with cover; color to match pole. b. Lockable hasp and latch complying with OSHA lockout and tag-out requirements.

B. Minimum 1800-W transformer, protected by replaceable fuses, mounted behind access cover.

C. Base Covers: Manufacturers' standard metal units, finished same as pole, and arranged to cover pole's mounting bolts and nuts.

D. Transformer-Type Base: Same material and color as pole. Coordinate dimensions to suit pole's base flange and to accept indicated accessories. Include removable flanged access cover secured with bolts or screws.

2.4 MOUNTING HARDWARE

A. Anchor Bolts: Manufactured to ASTM F 1554, Grade 55, with a minimum yield strength of 55,000 psi.

1. Galvanizing: Hot dip galvanized according to ASTM A 153, Class C. 2. Refer to Plans for anchor bolt dimensions. 3. Threading: Uniform National Coarse, Class 2A.

B. Nuts: ASTM A 563, Grade A, Heavy-Hex

1. Galvanizing: Hot dip galvanized according to ASTM A 153, Class C. 2. Two nuts provided per anchor bolt, shipped with nuts pre-assembled to the anchor bolts.

C. Washers: ASTM F 436, Type 1.

1. Galvanizing: Hot dip galvanized according to ASTM A 153, Class C. 2. Two washers provided per anchor bolt.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-5 November 6, 2018 2.5 GENERAL FINISH REQUIREMENTS

A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

B. Appearance of Finished Work: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work.

B. Examine poles, luminaire-mounting devices, lowering devices, and pole accessories before installation. Components that are scratched, dented, marred, wet, moisture damaged, or visibly damaged are considered defective.

C. Examine roughing-in for foundation and conduit to verify actual locations of installation.

D. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 POLE FOUNDATION

A. Concrete Pole Foundations: Cast in place, with anchor bolts to match pole-base flange. Structural steel complying with ASTM A 36/A 36M and hot-dip galvanized according to ASTM A 123/A 123 M; and with top-plate and mounting bolts to match pole-base flange and strength required to support pole, luminaire, and accessories. Concrete, reinforcement, and formwork are specified in Section 033000 "Cast-in-Place Concrete."

B. Anchor Bolts: Install plumb using manufacturer-supplied steel template, uniformly spaced.

3.3 POLE INSTALLATION

A. Alignment: Align poles as indicated.

B. Clearances: Maintain the following minimum horizontal distances of poles from surface and underground features unless otherwise indicated on drawing.

1. Fire Hydrants and Water Piping: 60 inches. 2. Water, Gas, Electric, Communications, and Sewer Lines: 10 feet. 3. Trees: 15 feet from tree trunk.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-6 November 6, 2018 C. Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates furnished by pole manufacturer. Concrete materials, installation, and finishing requirements are specified in Section 033000 "Cast-in-Place Concrete."

D. Foundation-Mounted Poles: Mount pole with leveling nuts and tighten top nuts to torque level according to pole manufacturer's written instructions.

1. Use anchor bolts and nuts selected to resist seismic forces defined for the application and approved by manufacturer. 2. Grout void between pole base and foundation. Use nonshrink or expanding concrete grout firmly packed to fill space. 3. Install base covers unless otherwise indicated. 4. Use a short piece of 1/2 -inch diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole.

E. Poles and Pole Foundations Set in Concrete-Paved Areas: Install poles with a minimum 6-inch-wide, unpaved gap between the pole or pole foundation and the edge of the adjacent concrete slab. Fill unpaved ring with pea gravel. Insert material to a level 1 inch below top of concrete slab.

F. Raise and set pole using web fabric slings (not chain or cable) at locations indicated by manufacturer.

3.4 CORROSION PREVENTION

A. Steel Conduits: Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems." In concrete foundations, wrap conduit with 0.010-inch-thick, pipe- wrapping plastic tape applied with a 50-percent overlap.

3.5 GROUNDING

A. Ground Metal Poles and Support Structures: Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems."

1. Install grounding electrode for each pole unless otherwise indicated. 2. Install grounding conductor pigtail in the base for connecting luminaire to grounding system.

3.6 IDENTIFICATION

A. Identify system components, wiring, cabling, and terminals. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems."

3.7 FIELD QUALITY CONTROL

A. Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-7 November 6, 2018 1. Inspect poles for nicks, mars, dents, scratches, and other damage. 2. System function tests.

PART 4 - METHOD OF MEASUREMENT

4.1 POLES FOR CCTV CAMERAS

A. The quantity of poles for CCTV cameras to be paid for under this specification shall consist of the number of items constructed in place and accepted as complete and functional units, including pole, foundation, grounding, and pole accessories. Each item shall include all work to furnish and install a complete and fully functional pole for CCTV cameras, including startup and testing services, to the satisfaction of the Owner and Engineer.

PART 5 - BASIS OF PAYMENT

5.1 POLES FOR CCTV CAMERAS

A. Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

Item 26 56 13-5.1 10-Foot Camera Pole and Foundation, Installed per Each

Item 26 56 13-5.2 20-Foot Camera Pole and Foundation, Installed per Each

END OF SECTION 265613

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 265613-8 November 6, 2018

SECTION 270526

GROUNDING AND BONDING FOR COMMUNICATIONS SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Grounding conductors. 2. Grounding connectors. 3. Grounding busbars. 4. Grounding rods. 5. Grounding labeling.

1.3 DEFINITIONS

A. BCT: Bonding conductor for telecommunications.

B. TGB: Telecommunications grounding busbar.

C. TMGB: Telecommunications main grounding busbar.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: For communications equipment room signal reference grid, field enclosure and wireless equipment. Include plans, elevations, sections, details, and attachments to other work.

1.5 INFORMATIONAL SUBMITTALS

A. As-Built Data: Plans showing as-built locations of grounding and bonding infrastructure, including the following:

1. Ground rods. 2. Ground and roof rings.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-1 November 6, 2018

3. BCT, TMGB, TGBs, and routing of their bonding conductors.

B. Qualification Data: For installer, installation supervisor, and field inspector.

C. Qualification Data: For testing agency and testing agency's field supervisor.

D. Field quality-control reports.

1.6 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals.

1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following:

a. Result of the ground-resistance test, measured at the point of BCT connection. b. Result of the bonding-resistance test at each TGB and its nearest grounding electrode.

1.7 QUALITY ASSURANCE

A. Installer Qualifications: Cabling Installer must have personnel certified by BICSI on staff.

1. Installation Supervision: Installation shall be under the direct supervision of ITS Technician who shall be present at all times when Work of this Section is performed at Project site.

PART 2 - PRODUCTS

2.1 SYSTEM DESCRIPTION

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with UL 467 for grounding and bonding materials and equipment.

C. Comply with TIA-607-B.

2.2 CONDUCTORS

A. Manufactures: Subject to compliance with requirements, provide products by the following or approved alternate: 1. Harger Lighting and Grounding

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-2 November 6, 2018

2. Panduit Corp. 3. Tyco Electronic Corp

B. Comply with UL 486A-486B.

C. Insulated Conductors: Stranded copper wire, green or green with yellow stripe insulation, insulated for 600 V, and complying with UL 83.

1. Ground wire for custom-length equipment ground jumpers shall be No. 6 AWG, 19-strand, UL-listed, Type THHN wire. 2. Cable Tray Equipment Grounding Wire: No. 6 AWG. 3. Field Enclosure Equipment Grounding Wire : No. 6 AWG

D. Cable Tray Grounding Jumper:

1. Not smaller than No. 6 AWG and not longer than 12 inches. If jumper is a wire, it shall have a crimped grounding lug with two holes and long barrel for two crimps. If jumper is a flexible braid, it shall have a one-hole ferrule. Attach with grounding screw or connector provided by cable tray manufacturer. 2. Not smaller than No. 10 AWG and not longer than 12 inches. If jumper is a wire, it shall have a crimped grounding lug with one hole and standard barrel for one crimp. If jumper is a flexible braid, it shall have a one- or two-hole ferrule. Attach with grounding screw or connector provided by cable tray manufacturer.

E. Bare Copper Conductors:

1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmils, 14 strands of No. 17 AWG conductor, and 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Tinned-copper tape, braided conductors terminated with two- hole copper ferrules; 1-5/8 inches wide and 1/16 inch thick.

2.3 CONNECTORS

A. Manufactures: Subject to compliance with requirements, provide products by the following or approved alternate: 1. Erico 2. Harger Lighting and Grounding 3. Panduit Corp 4. Tyco Electronics Corp.

B. Irreversible connectors listed for the purpose. Listed by an NRTL as complying with NFPA 70 for specific types, sizes, and combinations of conductors and other items connected. Comply with UL 486A-486B.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-3 November 6, 2018

C. Compression Wire Connectors: Crimp-and-compress connectors that bond to the conductor when the connector is compressed around the conductor. Comply with UL 467.

1. Electroplated tinned copper, C and H shaped.

D. Signal Reference Grid Connectors: Combination of compression wire connectors, access floor grounding clamps, bronze U-bolt grounding clamps, and copper split-bolt connectors, designed for the purpose.

E. Busbar Connectors: Cast silicon bronze, solderless exothermic-type, mechanical connector; with a long barrel and two holes spaced on 5/8- or 1-inch centers for a two- bolt connection to the busbar.

F. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.

2.4 GROUNDING BUSBARS

A. Manufactures: Subject to compliance with requirements, provide products by the following or approved alternate: 1. Erico 2. Harger Lighting and Grounding 3. Panduit Corp.

B. TMGB: Predrilled, wall-mounted, rectangular bars of hard-drawn solid copper, 1 /4 by 4 inches in cross section, length as indicated on Drawings. The busbar shall be NRTL listed for use as TMGB and shall comply with TIA-607-B.

1. Predrilling shall be with holes for use with lugs specified in this Section. 2. Mounting Hardware: Stand-off brackets that provide a 4-inch clearance to access the rear of the busbar. Brackets and bolts shall be stainless steel. 3. Stand-off insulators for mounting shall be Lexan or PVC. Comply with UL 891 for use in 600-V switchboards, impulse tested at 5000 V.

C. TGB: Predrilled rectangular bars of hard-drawn solid copper, 1/4 by 2 inches in cross section, length as indicated on Drawings. The busbar shall be for wall mounting, shall be NRTL listed as complying with UL 467, and shall comply with TIA-607-B.

1. Predrilling shall be with holes for use with lugs specified in this Section. 2. Mounting Hardware: Stand-off brackets that provide at least a 2-inch clearance to access the rear of the busbar. Brackets and bolts shall be stainless steel. 3. Stand-off insulators for mounting shall be Lexan or PVC. Comply with UL 891 for use in 600-V switchboards, impulse tested at 5000 V.

D. Rack and Cabinet Grounding Busbars: Rectangular bars of hard-drawn solid copper, accepting conductors ranging from No. 14 to No. 2/0 AWG, NRTL listed as complying with UL 467, and complying with TIA-607-B. Predrilling shall be with holes for use with lugs specified in this Section.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-4 November 6, 2018

1. Cabinet-Mounted Busbar: Terminal block, with stainless-steel or copper-plated hardware for attachment to the cabinet. 2. Rack-Mounted Horizontal Busbar: Designed for mounting in 19- or 23-inch equipment racks. Include a copper splice bar for transitioning to an adjoining rack, and stainless-steel or copper-plated hardware for attachment to the rack. 3. Rack-Mounted Vertical Busbar: 72 or 36 inches long, with stainless-steel or copper-plated hardware for attachment to the rack.

2.5 GROUND RODS

A. Manufactures: Subject to compliance with requirements, provide products by the following or approved alternate: 1. Erico 2. Cira

B. NRLTL listed as complying with UL 497

2.6 IDENTIFICATION

A. Comply with requirements for identification products in Section 270553 "Identification for Communications Systems."

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine the ac grounding electrode system and equipment grounding for compliance with requirements for maximum ground-resistance level and other conditions affecting performance of grounding and bonding of the electrical system.

B. Inspect the test results of the ac grounding system measured at the point of BCT connection.

C. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work.

D. Proceed with connection of the BCT only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Bonding shall include the ac utility power service entrance, the communications cable entrance, and the grounding electrode system. The bonding of these elements shall form a loop so that each element is connected to at least two others.

B. Comply with NECA 1.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-5 November 6, 2018

C. Comply with TIA-607-B.

3.3 APPLICATION

A. Conductors: Install solid conductor for No. 8 AWG and smaller and stranded conductors for No. 6 AWG and larger unless otherwise indicated.

1. The bonding conductors between the TGB and structural steel of steel-frame buildings shall not be smaller than No.6 AWG. 2. The bonding conductors between the TMGB and structural steel of steel-frame buildings shall not be smaller than No. 6 AWG.

B. Underground Grounding Conductors: Install bare tinned-copper conductor, No. 2 AWG minimum.

C. Conductor Terminations and Connections:

1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors.

D. Conductor Support:

1. Secure grounding and bonding conductors at intervals of not less than 36 inches.

E. Grounding and Bonding Conductors:

1. Install in the straightest and shortest route between the origination and termination point, and no longer than required. The bend radius shall not be smaller than eight times the diameter of the conductor. No one bend may exceed 90 degrees. 2. Install without splices. 3. Support at not more than 36-inch intervals. 4. Install grounding and bonding conductors in 3/4-inch PVC conduit until conduit enters a telecommunications room. The grounding and bonding conductor pathway through a plenum shall be in EMT. Conductors shall not be installed in EMT unless otherwise indicated.

a. If a grounding and bonding conductor is installed in ferrous metallic conduit, bond the conductor to the conduit using a grounding bushing that complies with requirements in Section 270528 "Pathways for Communications Systems," and bond both ends of the conduit to a TGB.

3.4 GROUNDING ELECTRODE SYSTEM

A. The BCT between the TMGB and the ac service equipment ground shall not be smaller than No. 1/0 AWG.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-6 November 6, 2018

3.5 GROUNDING BUSBARS

A. Indicate locations of grounding busbars on Drawings. Install busbars horizontally, on insulated spacers 2 inches minimum from wall, 12 inches above finished floor unless otherwise indicated.

B. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down; connect to horizontal bus.

3.6 CONNECTIONS

A. Bond metallic equipment in a telecommunications equipment room to the grounding busbar in that room, using equipment grounding conductors not smaller than No. 6 AWG.

B. Stacking of conductors under a single bolt is not permitted when connecting to busbars.

C. Assemble the wire connector to the conductor, complying with manufacturer's written instructions and as follows:

1. Use crimping tool and the die specific to the connector. 2. Pre-twist the conductor. 3. Apply an antioxidant compound to all bolted and compression connections.

D. Primary Protector: Bond to the TMGB with insulated bonding conductor.

E. Interconnections: Interconnect all TGBs with the TMGB with the telecommunications backbone conductor. If more than one TMGB is installed, interconnect TMGBs using the grounding equalizer conductor. The telecommunications backbone conductor and grounding equalizer conductor size shall not be less than 2 kcmils/linear foot of conductor length, up to a maximum size of No. 3/0 AWG unless otherwise indicated.

F. Telecommunications Enclosures and Equipment Racks: Bond metallic components of enclosures to the telecommunications bonding and grounding system. Install vertically mounted rack grounding busbar unless the enclosure and rack are manufactured with the busbar. Bond the equipment grounding busbar to the TGB No. 2 AWG bonding conductors.

G. Structural Steel: Where the structural steel of a steel frame building is readily accessible within the room or space, bond each TGB and TMGB to the vertical steel of the building frame.

H. Electrical Power Panelboards: Where an electrical panelboard for telecommunications equipment is located in the same room or space, bond each TGB to the ground bar of the panelboard.

I. Shielded Cable: Bond the shield of shielded cable to the TGB in communications rooms and spaces. Comply with TIA-568-C.1 and TIA-568-C.2 when grounding shielded balanced twisted-pair cables.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-7 November 6, 2018

J. Rack- and Cabinet-Mounted Equipment: Bond powered equipment chassis to the cabinet or rack grounding bar. Power connection shall comply with NFPA 70; the equipment grounding conductor in the power cord of cord- and plug-connected equipment shall be considered as a supplement to bonding requirements in this Section.

K. Equipment Room Signal Reference Grid: Provide a low-impedance path between telecommunications cabinets, equipment racks, and the reference grid, using No. 6 AWG bonding conductors.

1. Install the conductors in grid pattern on 4-foot centers, allowing bonding of one pedestal from each access floor tile. 2. Bond the TGB of the equipment room to the reference grid at two or more locations. 3. Bond all conduits and piping entering the equipment room to the TGB at the perimeter of the room.

3.7 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS

A. Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when indicated as part of duct-bank installation.

B. Comply with IEEE C2 grounding requirements.

C. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches extends above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, non-shrink grout.

D. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect grounding conductors to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits.

3.8 IDENTIFICATION

A. Labels shall be preprinted or computer-printed type.

1. Label TMGB(s) with "fs-TMGB," where "fs" is the telecommunications space identifier for the space containing the TMGB. 2. Label TGB(s) with "fs-TGB," where "fs" is the telecommunications space identifier for the space containing the TGB.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-8 November 6, 2018

3. Label the BCT and each telecommunications backbone conductor at its attachment point: "WARNING! TELECOMMUNICATIONS BONDING CONDUCTOR. DO NOT REMOVE OR DISCONNECT!"

3.9 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.

B. Perform tests and inspections.

C. Tests and Inspections:

1. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 2. Test the bonding connections of the system using an ac earth ground-resistance tester, taking two-point bonding measurements in each telecommunications equipment room containing a TMGB and a TGB and using the process recommended by BICSI TDMM. Conduct tests with the facility in operation.

a. Measure the resistance between the busbar and the nearest available grounding electrode. The maximum acceptable value of this bonding resistance is 100 milliohms.

3. Test for ground loop currents using a digital clamp-on ammeter, with a full-scale of not more than 10 A, displaying current in increments of 0.01 A at an accuracy of plus/minus 2.0 percent.

a. With the grounding infrastructure completed and the communications system electronics operating, measure the current in every conductor connected to the TMGB and in each TGB. Maximum acceptable ac current level is 1 A.

D. Excessive Ground Resistance: If resistance to ground at the BCT exceeds 5 ohms, notify Architect promptly and include recommendations to reduce ground resistance.

E. Grounding system will be considered defective if it does not pass tests and inspections.

F. Prepare test and inspection reports.

PART 4 - METHOD OF MEASUREMENT

4.1 Grounding and Bonding for Communication Systems

A. Grounding and bonding for communication systems structures shall not be measured separately for payment, but shall be considered subsidiary to the item in which it is contained.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-9 November 6, 2018

END OF SECTION 270526

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270526-10 November 6, 2018

SECTION 270528

PATHWAYS FOR COMMUNICATIONS SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

B. Refer to and comply with Division 26 Sections for Conduits, Fittings, Handholes and other pathways for communications.

1.2 SUMMARY

A. Section Includes: 1. Boxes, enclosures and cabinets.

1.3 DEFINITIONS

A. N/A

1.4 ACTION SUBMITTALS

A. Product Data: For boxes, enclosures, and cabinets.

B. Shop Drawings: For custom enclosures and cabinets and custom underground handholes and boxes. Include plans, elevations, sections, and attachment details.

1.5 INFORMATIONAL SUBMITTALS

A. Seismic Qualification Data: Provide seismic bracing for all pathway racks, enclosures, cabinets, equipment racks, and their mounting provisions, including those for internal components, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which certification is based and their installation requirements. 4. Detailed description of conduit support devices and interconnections on which certification is based and their installation requirements.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270528-1 November 6, 2018

PART 2 - PRODUCTS

2.1 BOXES, ENCLOSURES, AND CABINETS

A. Description: Enclosures for communications.

B. Subject to compliance with requirements, provide products by the following or approved alternate: 1. Panduit Corp 2. Wiremold / Legrand 3. MonoSystems

C. General Requirements for Boxes, Enclosures, and Cabinets:

1. Comply with TIA-569-D. 2. Boxes, enclosures, and cabinets installed in wet locations shall be listed and labeled as defined in NFPA 70, by an NRTL, and marked for use in wet locations. 3. Box extensions used to accommodate new building finishes shall be of same material as recessed box. 4. Device Enclosure Dimensions: 24 inches square by 8 inches deep (610 mm square by 203 mm deep)

D. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 4, with continuous-hinge cover with flush latch unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: a. Material: Fiberglass. b. Finished inside with radio-frequency-resistant paint.

3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to bottom of box unless otherwise indicated.

3.2 PROTECTION

A. Protect coatings, finishes, and cabinets from damage or deterioration.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270528-2 November 6, 2018

3.3 IDENTIFICATION

A. Labels boxes and cabinets per Owner requirements and in a consistent fashion with other similar devices on-site.

PART 4 - METHOD OF MEASUREMENT

4.1 GENERAL BOXES, ENCLOSURES AND CABINETS

A. For general use boxes, enclosures and cabinets (other than those used for Field Network Switch Enclosures in association with the Video Surveillance System – addressed under Section 27 11 16), the items shall not be measured separately for payment, but shall be considered subsidiary pathway devices to the system they are supporting.

END OF SECTION 270528

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270528-3 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018

SECTION 270553

IDENTIFICATION FOR COMMUNICATIONS SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Color and legend requirements for labels and signs. 2. Labels. 3. Bands and tubes. 4. Tapes. 5. Signs. 6. Cable ties. 7. Fasteners for labels and signs.

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for communications identification products.

B. Samples: For each type of label and sign to illustrate composition, size, colors, lettering style, mounting provisions, and graphic features of identification products.

C. Identification Schedule:

1. Outlets: Scaled drawings indicating location and proposed designation. 2. Backbone Cabling: Riser diagram showing each communications room, backbone cable, and proposed backbone cable designation. 3. Racks: Scaled drawings indicating location and proposed designation. 4. Patch Panels: Enlarged scaled drawings showing rack row, number, and proposed designations.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-1 November 6, 2018

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Comply with NFPA 70 and TIA 606-B.

B. Comply with ANSI Z535.4 for safety signs and labels.

C. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969.

D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes.

1. Temperature Change: 120 deg F, ambient; 180 deg F (100 deg C), material surfaces.

2.2 COLOR AND LEGEND REQUIREMENTS

A. Equipment Identification Labels:

1. Black letters on a white field.

2.3 LABELS

A. Vinyl Wraparound Labels: Preprinted, flexible labels laminated with a clear, weather- and chemical-resistant coating and matching wraparound clear adhesive tape for securing label ends.

1. No standard Manufacturer specified.

B. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeves, with diameters sized to suit diameters of raceway or cable they identify, that stay in place by gripping action.

1. No standard Manufacturer specified.

C. Self-Adhesive Wraparound Labels: Preprinted, 3-mil-thick, vinyl flexible labels with acrylic pressure-sensitive adhesive.

1. No standard Manufacturer specified. 2. Self-Lamination: Clear; UV-, weather- and chemical-resistant; self-laminating protective shields over the legend. Labels sized such that the clear shield overlaps the entire printed legend. 3. Marker for Labels: Permanent, waterproof black ink marker recommended by tag manufacturer. 4. Marker for Labels: Machine-printed, permanent, waterproof black ink recommended by printer manufacturer.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-2 November 6, 2018

D. Self-Adhesive Labels: Vinyl, thermal, transfer-printed, 3-mil-thick, multicolor, weather- and UV-resistant, pressure-sensitive adhesive labels, configured for intended use and location.

1. No standard Manufacturer specified. 2. Minimum Nominal Size:

a. 1-1/2 by 6 inches for raceway and conductors. b. 3-1/2 by 5 inches (76 by 127 mm) for equipment. c. As required by authorities having jurisdiction.

2.4 BANDS AND TUBES

A. Snap-Around, Color-Coding Bands: Slit, pre-tensioned, flexible, solid-colored acrylic sleeves, 2 inches (50 mm) long, with diameters sized to suit diameters of raceway or cable they identify, that stay in place by gripping action.

1. No standard Manufacturer specified.

2.5 UNDERGROUND-LINE WARNING TAPE

A. No standard Manufacturer Specified.

B. Tape:

1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground communications utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert and not subject to degradation when exposed to acids, alkalis, and other destructive substances commonly found in soils.

C. Color and Printing:

1. Comply with ANSI Z535.1, ANSI Z535.2, ANSI Z535.3, and ANSI Z535.4. 2. Inscriptions for Orange-Colored Tapes: "OPTICAL-FIBER CABLE".

2.6 SIGNS

A. Laminated-Acrylic or Melamine-Plastic Signs:

1. No standard Manufacturer specified. 2. Engraved legend. 3. Thickness:

a. For signs up to 20 sq. in., minimum 1/16 inch (1.6 mm) thick. b. For signs larger than 20 sq. in. (129 sq. cm), 1/8 inch (3.2 mm) thick. c. Engraved legend with black letters on white face .

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-3 November 6, 2018

d. Punched or drilled for mechanical fasteners with 1/4-inch (6.4-mm) grommets in corners for mounting. e. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.

2.7 CABLE TIES

A. No standard Manufacturer specified.

B. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.

1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F (23 deg C) according to ASTM D 638: 12,000 psi (82.7 MPa) . 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C) . 4. Color: Black, except where used for color-coding.

C. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.

1. Minimum Width: 3/16 inch (5 mm) . 2. Tensile Strength at 73 deg F (23 deg C) according to ASTM D 638: 12,000 psi (82.7 MPa) . 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C) . 4. Color: Black.

D. Plenum-Rated Cable Ties: Self-extinguishing, UV stabilized, one piece, and self-locking.

1. Minimum Width: 3/16 inch (5 mm) . 2. Tensile Strength at 73 deg F (23 deg C) according to ASTM D 638: 7000 psi (48.2 MPa) . 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F (Minus 46 to plus 140 deg C) . 5. Color: Black.

2.8 MISCELLANEOUS IDENTIFICATION PRODUCTS

A. Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior).

B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-4 November 6, 2018

PART 3 - EXECUTION

3.1 PREPARATION

A. Self-Adhesive Identification Products: Before applying communications identification products, clean substrates of substances that could impair bond, using materials and methods recommended by manufacturer of identification product.

3.2 INSTALLATION

A. Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project.

B. Install identifying devices before installing acoustical ceilings and similar concealment.

C. Verify identity of each item before installing identification products.

D. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual.

E. Apply identification devices to surfaces that require finish after completing finish work.

F. Install signs with approved legend to facilitate proper identification, operation, and maintenance of communications systems and connected items.

G. Elevated Components: Increase sizes of labels, signs, and letters to those appropriate for viewing from the floor.

H. Vinyl Wraparound Labels:

1. Secure tight to surface of raceway or cable at a location with high visibility and accessibility. 2. Attach labels that are not self-adhesive type with clear vinyl tape, with adhesive appropriate to the location and substrate. 3. Provide label 6 inches (150 mm) from cable end.

I. Snap-Around Labels:

1. Secure tight to surface at a location with high visibility and accessibility. 2. Provide label 6 inches (150 mm) from cable end.

J. Self-Adhesive Wraparound Labels:

1. Secure tight to surface at a location with high visibility and accessibility. 2. Provide label 6 inches (150 mm) from cable end.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-5 November 6, 2018

K. Self-Adhesive Labels:

1. On each item, install unique designation label that is consistent with wiring diagrams, schedules, and operation and maintenance manual. 2. Unless otherwise indicated, provide a single line of text with 1/2-inch- (13-mm-) high letters on 1-1/2-inch- (38-mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high.

L. Snap-Around, Color-Coding Bands: Secure tight to surface at a location with high visibility and accessibility.

M. Underground-Line Warning Tape:

1. During backfilling of trenches, install continuous underground-line warning tape directly above cable or raceway at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches (400 mm) overall. 2. Limit use of underground-line warning tape to direct-buried cables. 3. Install underground-line warning tape for direct-buried cables and cables in raceways.

N. Cable Ties: General purpose, except as listed below:

1. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated.

3.3 IDENTIFICATION SCHEDULE

A. Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panels to provide view of identifying devices.

B. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, pull points, and locations with high visibility. Identify by system and circuit designation.

C. Accessible Fittings for Raceways and Cables within Buildings: Identify covers of each junction and pull box with self-adhesive labels containing wiring system legend.

1. System legends shall be as follows:

a. Telecommunications.

D. Faceplates: Label individual faceplates with self-adhesive labels. Place label at top of faceplate. Each faceplate shall be labeled with its individual, sequential designation, composed of the following, in the order listed:

1. Wiring closet designation. 2. Colon. 3. Faceplate number.

E. Equipment Room Labeling:

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-6 November 6, 2018

1. Racks, Frames, and Enclosures: Identify front and rear of each with self- adhesive labels containing equipment designation. 2. Patch Panels: Label individual rows in each rack, starting at top and working down, with self-adhesive labels. 3. Data Outlets: Label each outlet with a self-adhesive label indicating the following, in the order listed: a. Room number being served. b. Colon. c. Faceplate number.

F. Backbone Cables: Label each cable with a vinyl-wraparound label indicating the location of the far or other end of the backbone cable. Patch panel or punch down block where cable is terminated should be labeled identically.

G. Horizontal Cables: Label each cable with a vinyl-wraparound label indicating the following, in the order listed:

1. Room number. 2. Colon. 3. Faceplate number.

H. Locations of Underground Lines: Underground-line warning tape for copper, coaxial, hybrid copper/fiber, and optical-fiber cable.

I. Instructional Signs: Self-adhesive labels.

J. Warning Labels for Indoor Cabinets, Boxes, and Enclosures: Self-adhesive labels.

1. Apply to exterior of door, cover, or other access.

K. Equipment Identification Labels:

1. Indoor Equipment: Self-adhesive label. 2. Outdoor Equipment: Laminated-acrylic or melamine-plastic sign. 3. Equipment to Be Labeled: a. Communications cabinets. b. Uninterruptible power supplies. c. Computer room air conditioners. d. Power distribution components.

PART 4 - METHOD OF MEASUREMENT

4.1 Identification for Communications Systems

A. Identification for communications systems shall not be measured separately for payment, but shall be considered subsidiary to the equipment, cabling and components which are being identified.

END OF SECTION 270553

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 270553-7 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018

SECTION 27116

COMMUNICATIONS RACKS, FRAMES AND ENCLOSURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: 1. 19-inch freestanding equipment cabinets 2. Power strips. 3. Field Network Enclosures 4. UPS Equipment 5. Grounding. 6. Labeling.

B. Related Requirements: 1. Section 270526 "Grounding and Bonding for Telecommunications Equipment" for TMGBs and TGBs. 2. Section 271323 "Communications Optical Fiber Backbone Cabling" for optical- fiber data cabling associated with system panels and devices. 3. Section 271513 "Communications Copper Horizontal Cabling" for copper data cabling associated with system panels and devices. 4. Section 271523 "Communications Optical Fiber Horizontal Cabling" for optical- fiber data cabling associated with system panels and devices.

1.3 DEFINITIONS

A. Access Provider: An operator that provides a circuit path or facility between the service provider and user. An access provider can also be a service provider.

B. BICSI: Building Industry Consulting Service International.

C. LAN: Local area network.

D. RCDD: Registered communications distribution designer.

E. Service Provider: The operator of a telecommunications transmission service delivered through access provider facilities.

F. TGB: Telecommunications grounding bus bar.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-1 November 6, 2018

G. TMGB: Telecommunications main grounding bus bar.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product.

1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for equipment racks and cabinets. 2. Include rated capacities, operating characteristics, electrical characteristics, certifications, standards compliance, and furnished specialties and accessories.

B. Shop Drawings: For communications racks, frames, and enclosures. Include plans, elevations, sections, details, and attachments to other work.

1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Equipment Racks and Cabinets: Include workspace requirements and access for cable connections. 3. Grounding: Indicate location of TGB and its mounting detail showing standoff insulators and wall-mounting brackets. 4. UPS Sizing Calculation

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For Installer qualified layout technician, installation supervisor, and field inspector.

B. Seismic Qualification Data: Certificates, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. Base certification on the maximum number of components capable of being mounted in each rack type. Identify components on which certification is based. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

1.6 QUALITY ASSURANCE

A. Installer Qualifications: Cabling installer must have personnel certified by BICSI on staff.

1. Layout Responsibility: Preparation of Shop Drawings shall be under direct supervision of Technician.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-2 November 6, 2018

2. Installation Supervision: Installation shall be under direct supervision of Technician, who shall be present at all times when Work of this Section is performed at Project site. 3. Field Inspector: Currently registered by BICSI as Technician to perform on-site inspection.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. Seismic Performance: Equipment shall withstand the effects of earthquake motions determined according to ASCE/SEI 7.

1. The term "withstand" means "the unit will remain in place without separation of any parts when subjected to the seismic forces specified."

B. Material and work Specified here-in shall comply with the following standards and regulations: 1. TIA-568-B Commercial Building Standards for Telecommunications Pathways and Spaces, 2004 2. ANSI / TIA – 568-C Commercial Building Telecommunications Cabling Standard, 2009 3. ANSI/NECA/BICSI 568-2006 – Standard for Installing Commercial Building Telecommunications Cabling 4. TIA-606-A Administration Standard for Commercial Telecommunications Infrastructure, 2007 5. ANSI-J-STD-607-A Joint Standard for Commercial Building Grounding (Earthing) and Bonding requirements for Telecommunications, 2002 6. ANSI/TIA-942 Telecommunications Infrastructure Standard for Data Centers, 2005 7. NFPA 70 – National Electric Code, 2008

C. UL listed.

D. RoHS compliant.

E. Compliant with requirements of the Payment Card Industry Data Security Standard.

2.2 BACKBOARDS

A. Backboards: Plywood, fire-retardant treated, 3/4 by 48 by 96 inches (19 by 1220 by 2440 mm) . Comply with requirements for plywood backing panels specified in Section 061000 "Rough Carpentry."

2.3 19-INCH EQUIPMENT CABINETS

A. Subject to compliance with the requirements below, provide products by the following or approved alternate: 1. APC 2. Dell

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-3 November 6, 2018

B. Description: Manufacturer-assembled four-post frame enclosed by side and top panels and front and rear doors, designed for mounting telecommunications equipment. Width is compatible with EIA/ECIA 310-E, 19-inch (482.6-mm) equipment mounting with an opening of 17.72 inches (450 mm) between rails. Equipment Cabinets to store computer, data storage and networking equipment in the datacenter, computer rooms, and equipment rooms. Each cabinet shall be designed to provide a secure, managed environment for server and networking equipment. Cabinets shall be designed to accommodate power and cable management accessories that keep networking and power cables separate and organized.

C. General Cabinet Requirements:

1. Modular units designed for telecommunications terminal support and coordinated with dimensions of units to be supported. 2. Material: Extruded steel. All weight bearing components shall be constructed from steel with a thickness no less than 0.9mm (20 gauge). 3. Finish: Manufacturer's standard, baked-polyester powder coat. 4. Plastic materials shall meet or exceed Underwriters Laboratory’s UL 94 standard HB rating. 5. All interior components of the cabinets shall not have electroplated zinc coating to minimize zinc whiskers near active equipment 6. Color: Black.

D. Modular Freestanding Cabinets:

1. Overall Height: 72 inches (1828.8 mm). The 42U unit shall have exterior maximum height to allow passage through a standard 2 Meter or 7ft (84in) doorway without tipping. 2. Overall Depth: 23 inches (584.2 mm). 3. Load Rating: 3000 lb (1362 kg) . The 42U shall support a rolling load (rolling on the casters of at least 1,364 kg (3,000lb) total installed equipment weight. 4. The unit shall ship with a perforated front door, perforated split rear doors, four (4) half-height side panels, tooless roof, two (2) vertical fram posts, four (4) adjustable vertical mounting rails, minimum of two (2) and maximum of four (4) vertical PDU mount cable organizers, four (4) leveling feet and four (4) vertical PDU mount cable organizers, four (4) casters, baying and grounding hardware pre-installed by the manufacture. 5. Number of Rack Units: 42.

a. Numbering: Each vertical mounting rail shall be marked on both sides with lines showing the top and bottom of each U and the number U space next to the middle hole. Each U consists of three square holes and is 1.75 inches (44.45mm) high.

6. The Unit shall include M6 caged nuts, bolts and cup washers, and caged nut tool for the mounting of equipment inside the unit. 7. Removable and lockable side and top panels. Both the front and rear doors shall be designed with lift-off hinges allowing for quick and easy detachment without the use of tools. 8. Hinged and lockable front and rear doors

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-4 November 6, 2018

a. The front and rear doors shall open a minimum of 120 degrees to allow easy access to the interior. b. The front door of the unit shall be reversible so that it can be mounted on either side. c. Split rear doors shall be reversible to provide for increased service clearance. 9. Adjustable feet for leveling. 10. Screened ventilation openings in roof and rear door. 11. Cable access provisions in roof and base. 12. The unit shall provide the means to mount cooling accessories for high density applications. The manufacturer shall offer an optional tool-less blanking panel kit to prevent the recirculation of hot exhaust air. 13. Roof-mounted, 550-cfm (260-L/s) fan with filter. 14. Power strip. 15. The unit shall have mounting provisions for optional door alarm switches to monitor access to the cabinet doors. 16. All cabinets keyed alike. a. The unit shall include a front, rear, and side door lock. b. Replacement key lock cylinders from the handle manufacture shall be available to provide a minimum of 220 unique key combinations on the front and rear doors.

E. Cable Management:

1. Top cable management openings provided in the cabinet roof a. Two 75mm (2.96”)x164mm (6.44”), One 240mm (9.45”x 92mm (3.61), and five 171mm (6.75”)x 54mm (2.14”) Rectangular openings 2. Cable opening edges shall be protected with plastic grommets or radiused edges.

3. Metal, with integral wire retaining fingers. 4. Baked-polyester powder coat finish. 5. Vertical cable management panels shall have front and rear channels, with covers. 6. Provide horizontal crossover cable manager at top of each relay rack, with a minimum height of two rack units each.

2.4 POWER STRIPS

A. Power Strips: Comply with UL 1363.

1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Power Distribution Unit shall be Zero U and be mounted Vertically. 3. Power input shall have one (1) NEMA-5-15P connection with an input voltage of 100V, 120V. with a maximum input current of 15A and a total Loa capacity of 1440VA 4. Shall provide eight (8) NEMA 5-15R Output Connections 5. Each input shall be independently controllable. They shall be capable of being configured to allow for a controlled restart of network cabinet and provide for the capability of remote monitoring of power usage

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-5 November 6, 2018

6. Shall support Multi-tier user access including an Administrator, Device User, Read Only user, and network only user with a user name and password requirement. 7. Shall provide a full featured network management interface that allows for management from Web, SNMP and Telnet access. The PDU shall be remotely manageable. 8. LED indicator lights for power and protection status. 9. LED indicator lights for reverse polarity and open outlet ground. 10. Circuit Breaker and Thermal Fusing: Unit continues to supply power if protection is lost. 11. Close-coupled, direct plug-in line cord. 12. Rocker-type on-off switch, illuminated when in on position. 13. Peak Single-Impulse Surge Current Rating: 33 kA per phase. 14. Protection modes shall be line to neutral, line to ground, and neutral to ground. UL 1449 clamping voltage for all three modes shall be not more than 330 V.

2.5 Keyboard Video Mouse (KVM Switch)

A. KVM Switch shall be IP based and allow for 2 remote user, 1 local user and be capable of accommodating controlling 16 ports with Virtual Media. 1. Shall occupy 1U of rack space 2. Shall provide Out of Band server management to allow for the troubleshooting of servers and diagnosis of problems in lieu of a working operating system with POST and BIOS level access to the servers 3. Shall be hot pluggable- additional severs shall be capable of being added without having to power off the KVM switch 4. Server-Side KVM modules shall connect to the network and capable of providing USB, Video, and virtual media support. 5. Shall be capable of integrating with the Switched PDU for server power management

B. KVM Console 1. Shall occupy 1U of rack space 2. Shall provide 17” LCD Console with integrated Keyboard (US English Keyboard Layout) and mouse. 3. Shall be installed in a retractable tray configuration.

2.6 Network Cabinet Uninterruptable Power Supply (UPS)

A. Material: Subject to compliance with the requirements below, provide products by the following or approved alternate: 1. APC

B. General Requirements: 1. The UPS shall be rack mountable occupying 2 U of space. 2. The UPS shall be capable of controlling group of receptacles from the main display independent of the main UPS. 3. The UPS shall have an output capacity of 3.0kVA and an nominal output voltage of 120V

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-6 November 6, 2018

4. The UPS shall provide 8 NEMA 5-20R connections for battery backup and one NEMA L5-30R for battery backup. 5. The UPS shall be equipped with both automatic and manual bypass 6. The UPS shall be network capable to enable network notifications. 7. The UPS shall have a multi-function LCD status and control console 8. The UPS shall have a surge energy rating of 340 Joules. 9. Verification shall be made that the UPS shall provide at least twenty (20) minutes back-up power for the network cabinet’s equipment under full typical load. Where calculations or initial testing demonstration do not result in the required 20 minutes power, additional or up-sized UPS equipment shall be provided at no additional cost.

2.7 Field Network Switch Enclosure

A. Subject to compliance with the requirements below, provide products by the following or approved alternate: 1. Hoffman 2. L-Con 3. Altelix

B. Description: This enclosure shall house field equipment to support camera system hardware. The enclosure shall have a minimum depth of 9”, and be capable of supporting pole or wall mount options. The enclosure shall have a removable backplane to support the mounting of DIN rail, which will serve as the mounting frame for field equipment. The enclosure shall support the installation of a quad power outlet and be lockable with the lock cores commonly keyed across all installed enclosures.

C. General Requirements: 1. The enclosure shall be at a minimum comply to a NEMA Type 3RX / IP24 enclosure at a minimum (NEMA 4 is preferred). 2. The enclosure shall be constructed to prevent corrosion. 3. The enclosure shall be lockable with the ability for all locks to be identically keyed across the installation. 4. The enclosure shall be capable of mounting DIN rails in support of mounting the internal equipment. 5. The enclosure shall have installed cable management to support a professional installation.

D. Final enclosure selection and installation method shall be coordinated with the owner’s representative or the designated representative.

2.8 Field Network Enclosure Uninterruptable Power Supply (UPS)

A. Material: Subject to compliance with the requirements below, provide products by the following or approved alternate: 1. APC

B. General Requirements: 1. The UPS shall be mountable to a DIN rail within the Field Network Enclosure.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-7 November 6, 2018

2. The UPS shall support input voltages of 120V with a Nominal Output Capacity of 500VA / 325W 3. The UPS shall provide one hardware connection for battery backup. 4. The UPS shall be controllable from a DB9 Serial port. Be capable of being network monitored. 5. The UPS shall support Emergency power off functionality. 6. The UPS shall have status LEDs to indicate On-Line, On-Battery, Overload, Replace Battery. 7. The UPS shall have a multi-function LCD status and control panel. 8. The UPS shall emit an audible tone on On-Batter, Low-Battery and Overload conditions. 9. The UPS shall have a surge energy rating of 540 Joules. 10. The UPS shall be capable of operating between 32 to 122 Degrees Fahrenheit 11. Verification shall be made that the UPS shall provide at least four (4) hours back- up power for the field enclosure’s cameras and network equipment under full typical load. Where calculations or initial testing demonstration do not result in the required 4 hours power, additional or up-sized UPS equipment shall be provided at no additional cost.

2.9 GROUNDING

A. Comply with requirements in Section 270526 "Grounding and Bonding for Communications Systems" for grounding conductors and connectors.

B. Rack and Cabinet TGBs: Rectangular bars of hard-drawn solid copper, accepting conductors ranging from No. 14 to No. 2/0 AWG, NRTL listed as complying with UL 467, and complying with TIA-606-B. Predrilling shall be with holes for use with lugs specified in this Section.

1. All cabinet components such as doors, side panels, roof, etc shall be bonded directly to the frame.

2. Grounding points shall be provided on the cabinet’s frame to externally bond each units to the building ground

3. Cabinet-Mounted TGB: Terminal block, with stainless-steel or copper-plated hardware for attachment to cabinet. 4. Rack-Mounted Horizontal TGB: Designed for mounting in 19- or 23-inch (482.6- or 584.2-mm) equipment racks. Include a copper splice bar for transitioning to an adjoining rack, and stainless-steel or copper-plated hardware for attachment to the rack. 5. Rack-Mounted Vertical TGB: 72 or 36 inches (1828.8 or 914.4 mm) long, with stainless-steel or copper-plated hardware for attachment to rack.

2.10 LABELING

A. Comply with TIA-606-B and UL 969 for a system of labeling materials, including label stocks, laminating adhesives, and inks used by label printers.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-8 November 6, 2018

PART 3 - EXECUTION

3.1 INSTALLATION

A. Comply with NECA 1.

B. Comply with BICSI TDMM for layout of communications equipment spaces.

C. Comply with BICSI ITSIMM for installation of communications equipment spaces.

D. Bundle, lace, and train conductors and cables to terminal points without exceeding manufacturer's limitations on bending radii. Install lacing bars and distribution spools.

E. Install and adjust to position all cabinet components including accessories. Install vertical cable managers, power distribution and equipment-mounting rails, using the manufacture’s installation instructions prior to baying and/ or placing the cabinet for attachment to the building and before installing rack-mount equipment into the cabinet, Shelves, horizontal cable managers, and filler panels, if used may be installed after the cabinet is placed.

F. Cabinets shall be securely bonded to a common ground. Attach a bounding conductor sized as defined in J-STD-607-A and as defined by local code or the authority having jurisdiction (AHJ) between the common ground and the cabinet. Attach the bonding conductors to the cabinet using a ground terminal block according to the manufacture’s installation instructions. The installer shall provide the bonding conductors and other necessary hardware required to make the connections between the cabinet and common ground.

G. Coordinate layout and installation of communications equipment in racks and room. Coordinate service entrance configuration with service provider.

1. Meet jointly with system providers, equipment suppliers, and Owner to exchange information and agree on details of equipment configurations and installation interfaces. 2. Record agreements reached in meetings and distribute them to other participants. 3. Adjust configurations and locations of distribution frames, cross-connects, and patch panels in equipment spaces to accommodate and optimize configuration and space requirements of telecommunications equipment. 4. Adjust configurations and locations of equipment with distribution frames, cross- connects, and patch panels of cabling systems of other communications, electronic safety and security, and related systems that share space in equipment room.

H. Coordinate location of power raceways and receptacles with locations of communications equipment requiring electrical power to operate.

I. Network Enclosure UPS shall have two units installed to provide redundant protection for the network servers and network equipment. Each UPS shall be installed on

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-9 November 6, 2018

independent power circuits. In the event of a circuit failure, the UPS shall provide a minimum 15 minutes of power to the rack equipment.

3.2 Field Network Enclosure UPS

1. The UPS shall be mounted within the Field Network Enclosure via DIN Rails.

2. The UPS shall protect all installed network equipment.

3. The UPS shall provide a minimum of 15 minutes of backup power to field equipment.

3.3 GROUNDING

A. Comply with NECA/BICSI 607.

B. Install grounding according to BICSI ITSIMM, "Bonding, Grounding (Earthing) and Electrical Protection" Ch.

C. Locate TGB to minimize length of bonding conductors. Fasten to wall, allowing at least 2 inches (50 mm) of clearance behind TGB. Connect TGB with a minimum No. 4 AWG grounding electrode conductor from TGB to suitable electrical building ground. Connect rack TGB to near TGB or the TMGB.

1. Bond the shield of shielded cable to patch panel, and bond patch panel to TGB or TMGB.

3.4 IDENTIFICATION

A. Coordinate system components, wiring, and cabling complying with TIA-606-B. Comply with requirements in Section 270553 "Identification for Electrical Systems."

B. Labels shall be machine printed. Type shall be 1/4 inch (6 mm) in height.

PART 4 - METHOD OF MEASUREMENT

4.1 BACKBOARDS

A. Backboards for equipment mounting shall not be measured separately for payment, but shall be considered subsidiary pathway devices to the system they are supporting.

4.2 19-INCH EQUIPMENT CABINETS

A. 19-inch equipment cabinets shall be measured by each unit completed in place and accepted. This is to include the rack, grounding, UPS equipment, labeling and wire management. Each item shall include all work to furnish and install a complete and

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-10 November 6, 2018

fully functional rack to house the network/CCTV equipment, including startup and testing to the satisfaction of the Owner and Engineer.

4.3 KEYBOARD VIDEO MOUSE (KVM) SWITCH

A. KVM switches shall be measured by each unit completed in place and accepted. This is to include the KVM Switch, the server connecting apparatus, cabling, labor, connectors and grounding for a fully functional system.

4.4 NETWORK CABINET UNITERRUPTIBLE POWER SUPPLY (UPS)

A. Network Cabinet UPS shall be measured by each unit completed in place and accepted. This is to include the Network Cabinet UPS, cabling, labor, testing, connectors and grounding for a fully functional system.

4.5 FIELD NETWORK SWITCH ENCLOSURES

A. Field Network Switch Enclosures associated with the Video Surveillance System and enclosing the associated field network switches and associated power equipment shall be measured by each unit completed in place and accepted. This is to include the enclosure, wire management, conduit and connectors, grounding, and DIN rails as well as the field enclosure UPS and associated batteries for the associated enclosure equipment and cameras. Each item shall include all work to furnish and install a complete and fully functional enclosure to house the network/CCTV equipment and power supplies including startup and testing to the satisfaction of the Owner and Engineer. The following additional items are specifically included in each unit: 1. All required connections 2. Grounding and Bonding of the Enclosure and devices within 3. Power connections, devices and terminations to support equipment and devices within the enclosure

PART 5 - BASIS OF PAYMENT

5.1 19 INCH EQUIPMENT CABINET

A. 19 Inch Equipment Cabinet shall be paid for at the Contract Unit Price per each complete item, measured as above, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly and installation of these materials, and for all labor equipment tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

5.2 KEYBOARD VIDEO MOUSE (KVM) SWITCH

5.3 Keyboard Video Mouse (KVM) Switch shall be paid for at the Contract Unit Price for each complete item, measured as provided above, and accepted by the Engineer. The

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-11 November 6, 2018

price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

5.4 NETWORK CABINET UNITERRUPTIBLE POWER SUPPLY (UPS)

A. Network Cabinet UPS shall be paid for at the Contract Unit Price for each complete item, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, testing, and incidentals necessary to complete this item to the satisfaction of the Engineer.

5.5 FIELD NETWORK SWITCH ENCLOSURES

A. Field Network Switch Device Enclosures shall be paid for at the Contract Unit Price per each, complete and in place and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, furnishing, and installation of appurtenances and connections to conduits, raceways, mounting structures, power devices, field UPS devices, batteries, network devices (not including the switch) and other items as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to the structure. This price shall also include the general preparations, materials, labor and installation of typical required internal items/materials within the enclosure for grounding, bonding, device mounting, and basic power provisions in conjunction with devices provided under division 26 to support the enclosure equipment.

Payment will be made under:

Item 27 11 16-5.1 19 Inch Equipment Cabinet, Installed – per Each

Item 27 11 16-5.2 Keyboard Video Mouse (KVM) Switch, Installed - per Each

Item 27 11 16-5.3 Network Cabinet Uninterruptible Power Supply (UPS), Installed – per Each

Item 27 11 16-5.4 Field Network Switch Enclosure, Installed – per Each

END OF SECTION 271116

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271116-12 November 6, 2018

SECTION 271323

COMMUNICATIONS OPTICAL FIBER CABLING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: 1. 9/125 micrometer single-mode, outside plant optical fiber cable (OS1). 2. 9/125 micrometer single-mode, outside plant optical fiber cable (OS2). 3. Optical fiber cable connecting hardware, patch panels, and cross-connects. 4. Cabling identification products.

1.3 DEFINITIONS

A. BICSI: Building Industry Consulting Service International.

B. Cross-Connect: A facility enabling the termination of cable elements and their interconnection or cross-connection.

C. RCDD: Registered Communications Distribution Designer.

1.4 OPTICAL FIBER BACKBONE CABLING DESCRIPTION

A. Optical fiber backbone cabling system shall provide interconnections between communications equipment rooms, field IDF camera enclosures, and entrance facilities in the telecommunications cabling system structure. Cabling system consists of backbone cables, intermediate and main cross-connects, fusion terminations, and patch cords or jumpers used for backbone-to-backbone cross-connection.

B. Backbone cabling cross-connects may be located in communications equipment rooms or at entrance facilities. Bridged taps and splitters shall not be used as part of backbone cabling.

1.5 ACTION SUBMITTALS

A. Product Data: For each type of product.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-1 November 6, 2018

B. Shop Drawings: Reviewed and stamped by RCDD.

1. System Labeling Schedules: Electronic copy of labeling schedules, in software and format selected by Owner. 2. System Labeling Schedules: Electronic copy of labeling schedules that are part of the cabling and asset identification system of the software. 3. Cabling administration drawings and printouts. 4. Wiring diagrams to show typical wiring schematics including the following:

a. Telecommunications rooms plans and elevations. b. Telecommunications pathways. c. Telecommunications system access points. d. Telecommunications grounding system. e. Cross-connects. f. Patch panels. g. Patch cords.

5. Cross-connects and patch panels. Detail mounting assemblies, and show elevations and physical relationship between the installed components.

C. Optical fiber cable testing plan.

1.6 INFORMATIONAL SUBMITTALS

A. Qualification Data: For RCDD, Installer, installation supervisor, and field inspector.

B. Source quality-control reports.

C. Product Certificates: For each type of product.

D. Field quality-control reports.

1.7 CLOSEOUT SUBMITTALS

A. Maintenance Data: For optical fiber cable, splices, and connectors to be included in maintenance manuals.

B. Maintenance Data: Fiber Optic Certification Report.

C. Maintenance Data: Splice Matrix

D. Maintenance Data: Product information sheets

1.8 MAINTENANCE MATERIAL SUBMITTALS

A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Patch-Panel Units: One patch panel of each type.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-2 November 6, 2018

2. Plugs: Ten of each type. 3. Jacks: Ten of each type. 4. Splice Enclosure: One of installed type.

1.9 QUALITY ASSURANCE

A. Installer Qualifications: Cabling Installer must have personnel certified by BICSI on staff.

1. Layout Responsibility: Preparation of Shop Drawings and Cabling Administration Drawings, Cabling Administration Drawings, and field testing program development by an RCDD. 2. Installation Supervision: Installation shall be under the direct supervision of Technician, who shall be present at all times when Work of this Section is performed at Project site. 3. Testing Supervisor: Currently certified by BICSI as an RCDD to supervise on-site testing.

B. Testing Agency Qualifications: Testing agency must have personnel certified by BICSI on staff.

1. Testing Agency's Field Supervisor: Currently certified by BICSI as an RCDD.

PART 2 - PRODUCTS

2.1 PERFORMANCE REQUIREMENTS

A. General Performance: Backbone cabling system shall comply with transmission standards in TIA-568-C.1, when tested according to test procedures of this standard.

B. Telecommunications Pathways and Spaces: Comply with TIA-569-D.

C. Grounding: Comply with TIA-607-B.

2.2 9/125 MICROMETER SINGLE-MODE, INDOOR-OUTDOOR OPTICAL FIBER CABLE (OS2)

A. Description: Single mode, 9/125-micrometer, 12 fibers, single loose tube, optical fiber cable.

B. Subject compliance with requirements, provide products by the following or approved alternate: 1. Corning Cable 2. General Cable 3. Belden

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-3 November 6, 2018

C. Standards:

1. Comply with TIA-492CAAA for detailed specifications. 2. Comply with TIA-568-C.3 for performance specifications. 3. Comply with ICEA S-104-696 for mechanical properties.

D. Maximum Attenuation: .4 dB/km at 1310 nm; .3 dB/km at 1550 nm.

E. Jacket:

1. Jacket Color: Black 2. Cable cordage jacket, fiber, unit, and group color shall be according to TIA-598- D. 3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not to exceed 40 inches (1000 mm) .

F. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 444, UL 1651, and NFPA 70 for the following types:

1. Plenum Rated, Nonconductive: Type OFNP, complying with NFPA 262. 2. Plenum Rated, Nonconductive: Type OFNP in listed plenum communications raceway. 3. Plenum Rated, Nonconductive: Type OFNP, or Type OFNR in metallic conduit. 4. Plenum Rated, Nonconductive: Type OFNP, complying with NFPA 262; Type OFNP in listed plenum communications raceway; or Type OFN, Type OFNG, Type OFNP, or Type OFNR in metallic conduit. 5. Riser Rated, Nonconductive: Type OFNR complying with UL 1666. 6. Riser Rated, Nonconductive: Type OFNP or Type OFNR in listed riser or plenum communications raceway. 7. Riser Rated, Nonconductive: Type OFNP, or Type OFNR in metallic conduit installed per NFPA 70, Article 300.22, "Wiring in Ducts, Plenums, and Other Air- Handling Spaces." 8. Plenum Rated, Armored (Conductive): Type OFCP, complying with NFPA 262. 9. Plenum Rated, Armored (Conductive): Type OFCP or Type OFNP in listed plenum communications raceway. 10. Plenum Rated, Armored (Conductive): Type OFCP, Type OFNP, Type OFCR, or Type OFNR in metallic conduit installed per NFPA 70, Article 300.22, "Wiring in Ducts, Plenums, and Other Air-Handling Spaces." 11. Riser Rated, Armored (Conductive): Type OFCR; complying with UL 1666 12. Riser Rated, Armored (Conductive): Type OFCP, Type OFNP, or Type OFCR or Type OFNP in listed riser or plenum communications raceway. 13. Riser Rated, Armored (Conductive): Type OFCP, Type OFNP, Type OFCR, or Type OFNR in metallic conduit.

2.3 9/125 MICROMETER SINGLE-MODE, OUTSIDE PLANT OPTICAL FIBER CABLE (OS2)

A. Description: Single mode, 9/125-micrometer, 288 fibers, stranded loose tube, optical fiber cable.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-4 November 6, 2018

B. Subject compliance with requirements, provide products by the following or approved alternate: 1. Corning Cable 2. Belden 3. General Cable

C. Standards:

1. Comply with TIA-492CAAB for detailed specifications. 2. Comply with TIA-568-C.3 for performance specifications. 3. Comply with ICEA S-87-640 for mechanical properties.

D. Maximum Attenuation: .4 dB/km at 1310 nm; .3 dB/km at 1550 nm.

E. Jacket:

1. Jacket Color: Black. 2. Cable cordage jacket, fiber, unit, and group color shall be according to TIA-598- D. 3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not to exceed 40 inches (1000 mm) .

2.4 OPTICAL FIBER CABLE HARDWARE

A. Subject compliance with requirements, provide products by the following or approved alternate: 1. Belden CDT 2. Corning Cable Systems 3. Hubbell Premise Wiring 4. Optical Cable Corporation 5. Siemon Co.

B. Standards:

1. Comply with Fiber Optic Connector Intermateability Standard (FOCIS) specifications of the TIA-604 series. 2. Comply with TIA-568-C.3.

C. Cross-Connects and Patch Panels: Modular panels housing multiple-numbered, duplex cable connectors.

1. Number of Connectors per Field: One for each fiber of cable or cables assigned to field, plus spares and blank positions adequate to suit specified expansion criteria.

D. Patch Cords: Factory-made, dual-fiber cables in 36-inch (900-mm) lengths.

E. Connector Type: Type LC complying with TIA-604-10-B,] connectors.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-5 November 6, 2018

F. Plugs and Plug Assemblies:

1. Male; color-coded modular telecommunications connector designed for termination of a single optical fiber cable. 2. Insertion loss not more than 0.25 dB. 3. Marked to indicate transmission performance.

G. Jacks and Jack Assemblies:

1. Female; quick-connect, simplex and duplex; fixed telecommunications connector designed for termination of a single optical fiber cable. 2. Insertion loss not more than .25 dB. 3. Marked to indicate transmission performance. 4. Designed to snap-in to a patch panel or faceplate.

H. Fiber Optic Splice Enclosure: 1. Description: The splice enclosure shall serve to house the splices from the fiber trunk to the equipment enclosures. Each enclosure shall be capable of supporting 288 fibers splices. The enclosure shall prevent unauthorized access to the internal enclosure and provide protection from environmental hazards. 2. General Enclosure Requirements: a. The enclosure shall be capable of supporting a maximum capacity of 16 drop cables in addition to feed through cable. b. Shall provide a storage location for unused fiber optic strands while preventing damage to unterminated strands. c. The enclosure shall be capable of support 288 strands of fiber. d. The enclosure shall be capable of withstanding temperature and contamination extremes.

2.5 GROUNDING

A. Comply with requirements in Section 270526 "Grounding and Bonding for Communications Systems" for grounding conductors and connectors.

B. Comply with TIA-607-B.

2.6 IDENTIFICATION PRODUCTS

A. Comply with TIA-606-B and UL 969 for a system of labeling materials, including label stocks, laminating adhesives, and inks used by label printers.

2.7 SOURCE QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to evaluate cables.

B. Factory test multimode optical fiber cables according to TIA-526-14-B and TIA-568- C.3.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-6 November 6, 2018

C. Factory test pre-terminated optical fiber cable assemblies according to TIA-526-14-B and TIA-568-C.3.

D. Cable will be considered defective if it does not pass tests and inspections.

E. Prepare test and inspection reports.

PART 3 - EXECUTION

3.1 ENTRANCE FACILITIES

A. Coordinate backbone cabling with the protectors and demarcation point provided by communications service provider.

3.2 WIRING METHODS

A. Wiring Method: Install cables in raceways and cable trays except within consoles, cabinets, desks, and counters]. Conceal raceway and cables except in unfinished spaces.

1. Install plenum cable in environmental air spaces, including plenum ceilings. 2. Comply with requirements for pathways specified in Section 270528 "Pathways for Communications Systems."

B. Wiring Method: Conceal conductors and cables in accessible ceilings, walls, and floors where possible.

C. Wiring within Enclosures: Bundle, lace, and train cables within enclosures. Connect to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars and distribution spools.

3.3 INSTALLATION OF OPTICAL FIBER BACKBONE CABLES

A. Comply with NECA 1, NECA 301, and NECA/BICSI 568.

B. General Requirements for Optical Fiber Cabling Installation:

1. Comply with TIA-568-C.1 and TIA-568-C.3. 2. Comply with BICSI ITSIMM, Ch. 6, "Cable Termination Practices." 3. Terminate all cables; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, cross-connects, and patch panels. 4. All equipment shall be installed in a neat and professional manner, arranged for convenient operation, testing and future maintenance. 5. All fiber cables shall be installed and terminated / fusion spliced by technicians trained and experienced in the installation and termination of fiber cables.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-7 November 6, 2018

6. Install lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer. 7. Bundle, lace, and train cable to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM, "Cabling Termination Practices" Chapter. Use lacing bars and distribution spools. 8. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable. 9. Cold-Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating. 10. In the communications equipment room, provide a 10-foot- (3-m-) long service loop on each end of cable. 11. Pulling Cable: Comply with BICSI ITSIMM, Ch. 4, "Pulling Cable." Monitor cable pull tensions. 12. Cable may be terminated on connecting hardware that is rack or cabinet mounted. 13. Fusion splice optical fibers in accordance to the approved fusion splicer, optical fiber and enclosure manufacture’s methods, procedures and instructions to ensure warranty compliance. 14. All optical fiber shall be neatly and efficiently dressed into a splice tray management and the contractor is to ensure that the splices are accessible without damage to the optical fibers or splices. 15. The contractor shall test and call for splice inspections of all optical splices before closing splice enclosures. 16. The contractor shall provide a minimum of 30’ of slack within splice hand-holds to ensure for proper system repair in the event of a fiber interruption. 17.

C. Open-Cable Installation:

1. Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment. 2. Cable shall not be run through structural members or in contact with pipes, ducts, or other potentially damaging items.

D. Group connecting hardware for cables into separate logical fields.

3.4 FIRESTOPPING

A. Comply with requirements in Section 078413 "Penetration Firestopping."

B. Comply with TIA-569-D, Annex A, "Firestopping."

C. Comply with BICSI ITSIMM, "Firestopping" Chapter.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-8 November 6, 2018

3.5 GROUNDING

A. Install grounding according to BICSI ITSIMM, "Grounding (Earthing), Bonding, and Electrical Protection" Chapter.

B. Comply with TIA-607-B and NECA/BICSI-607.

C. Locate grounding bus bar to minimize the length of bonding conductors. Fasten to wall allowing at least 2-inch (50-mm) clearance behind the grounding bus bar. Connect grounding bus bar with a minimum No. 4 AWG grounding electrode conductor from grounding bus bar to suitable electrical building ground.

D. Bond metallic equipment to the grounding bus bar, using not smaller than No. 6 AWG equipment grounding conductor.

3.6 IDENTIFICATION

A. Identify system components, wiring, and cabling complying with TIA-606-B. Comply with requirements for identification specified in Section 270553 "Identification for Communications Systems."

1. Administration Class: Class 1 2. Color-code cross-connect fields and apply colors to voice and data service backboards, connections, covers, and labels.

B. Paint and label colors for equipment identification shall comply with TIA-606-B for Class 2 level of administration.

C. Comply with requirements in Section 271523 "Communications Optical Fiber Horizontal Cabling" for cable and asset management software.

D. Cable Schedule: Install in a prominent location in each equipment room and wiring closet. List incoming and outgoing cables and their designations, origins, and destinations. Protect with rigid frame and clear plastic cover. Furnish an electronic copy of final comprehensive schedules for Project.

E. Cabling Administration Drawings: Show building floor plans with cabling administration- point labeling. Identify labeling convention and show labels for telecommunications closets, backbone pathways and cables, entrance pathways and cables , terminal hardware and positions, horizontal cables, work areas and workstation terminal positions, grounding buses and pathways, and equipment grounding conductors.

F. Cable and Wire Identification:

1. Label each cable within 4 inches (100 mm) of each termination and tap, where it is accessible in a cabinet or junction or outlet box, and elsewhere as indicated. 2. Each wire connected to building-mounted devices is not required to be numbered at device if color of wire is consistent with associated wire connected and numbered within panel or cabinet.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-9 November 6, 2018

3. Exposed Cables and Cables in Cable Trays and Wire Troughs: Label each cable at intervals not exceeding 15 feet (4.5 m) . 4. Label each unit and field within distribution racks and frames. 5. Identification within Connector Fields in Equipment Rooms and Wiring Closets: Label each connector and each discrete unit of cable-terminating and connecting hardware. Where similar jacks and plugs are used for both voice and data communication cabling, use a different color for jacks and plugs of each service.

G. Labels shall be preprinted or computer-printed type with printing area and font color that contrasts with cable jacket color but still complies with requirements in TIA 606-B, for the following:

1. Flexible vinyl or polyester that flexes as cables are bent.

3.7 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections.

B. Testing Agency: Engage a qualified testing agency to perform tests and inspections.

C. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections.

D. Perform tests and inspections .

E. Tests and Inspections:

1. Visually inspect optical fiber jacket materials for NRTL certification markings. Inspect cabling terminations in communications equipment rooms for compliance with color-coding for pin assignments, and inspect cabling connections for compliance with TIA-568-C.1. 2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components. 3. Optical Fiber Cable Tests:

a. Test instruments shall meet or exceed applicable requirements in TIA-568- C.1. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration. b. Link End-to-End Attenuation Tests:

1) Horizontal and multimode backbone link measurements: Test at 850 or 1300 nm in one direction according to TIA-526-14-B, Method B, One Reference Jumper. 2) Attenuation test results for backbone links shall be less than 2.0 dB. Attenuation test results shall be less than those calculated according to equation in TIA-568-C.1. 3) Fiber optic cables shall be tested at 1310nm and 1550nm utilizing a power meter and stableized light source. Contractor shall complete a

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-10 November 6, 2018

fiber optic post installation report at the time of testing containing a distance reading for each fiber, actual loss and other pertinent data regarding the cables tested, including the modle and serial number of test equipment, cable part number, aggregate loss for the entire cable run. All fibers are required to be tested. 4) The total optical fiber segment performance shall not exceed the summation of all the manufactures components specified performance parameters (Loss Budget). 5) Verify through bi directional dual frequency power meter testing attenuation and power loss of each point to point fiber optic strand and connectors. Test method (B) TIA EIA 526 (7 and 14) is required.

F. Data for each measurement shall be documented. Data for submittals shall be printed in a summary report that is formatted similar to Table 10.1 in BICSI TDMM, or transferred from the instrument to the computer, saved as text files, and printed and submitted.

G. Remove and replace cabling where test results indicate that it does not comply with specified requirements.

H. End-to-end cabling will be considered defective if it does not pass tests and inspections.

I. Prepare test and inspection reports.

PART 4 - METHOD OF MEASUREMENT

4.1 FIBER OPTIC CABLING GENERAL

A. Fiber Optic Splicing, Termination and Testing as well as associated grounding, labeling, firestopping and other associated methods and materials shall not be measured separately for payment, but shall be considered subsidiary to the fiber optic cabling item cost.

4.2 FIBER OPTIC CABLING

A. Fiber optic cabling shall be measured by the linear feet of fiber installed, including splicing, termination, testing, and other items included within this specification and under Fiber Optic Cabling General above, as installed completed in place and accepted. Separate measurements shall be made for various types and fiber count sizes.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-11 November 6, 2018

PART 5 - BASIS OF PAYMENT

5.1 Fiber Optic Cabling

A. Fiber Optic Cabling payment will be made at the Contract Unit Price per linear foot for each type and size of fiber optic cabling accepted including backbone (outside plant) and indoor-outdoor (drop) cabling. This price shall be full compensation for furnishing all materials and appurtenances and for all preparation assembly, termination, testing and installation of these materials. This includes labor, equipment, incidentals, splices, splice enclosures, firestopping, labeling and other labor and materials necessary to complete this item per the provisions and intent of the plans and specifications.

Payment will be made under:

Item 27 13 23-5.1 9/125 MICROMETER, 12-STRAND SINGLE-MODE, INDOOR- OUTDOOR OPTICAL FIBER CABLE (OS2), INSTALLED – per Linear Feet (LF)

Item 27 13 23-5.2 9/125 MICROMETER, 288-STRAND SINGLE-MODE, OUTSIDE PLANT OPTICAL FIBER CABLE (OS2), INSTALLED – per Linear Feet (LF)

END OF SECTION 271323

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 271323-12 November 6, 2018

SECTION 272000

DATA COMMUNICATIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Local Area Network Hardware. 2. Wireless Network Hardware. 3. Device and Cable Identification. 4. System Warranty.

1.3 DEFINITIONS

A. LAN: Local Area Network.

B. LAN: Local Area Network

C. WAN: Wide Area Network

D. WAP: Wireless Access Point

E. Gb: Gigabit

F. SFP: Small Form-factor pluggable transceiver

G. UPS: Uninterruptable Power Supply

H. AC: Alternating Current

I. DC: Direct Current

J. IDF: Intermediate Distribution Frame

K. MDF: Main Distribution Frame.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-1 November 6, 2018

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated Include construction details, material descriptions, manuals, data on features and performance.

B. Shop Drawings: include plans, details and attachment to other work. 1. Network Topologies including IP addressing scheme 2. UPS Sizing Calculation 3. Bandwidth Calculations 4. Wiring Diagrams 5. Dimensioned plan and elevation of equipment racks, MDF, IDF, hardware mounting details

C. Design Data: Include an equipment list consisting of every piece of equipment by model number, manufacture, serial number, location, and date of original installation. Add Pretesting record for each piece of equipment, listing name of person testing, date of the test.

D. Qualification Data: Provide the qualifications for the Network Engineer who will be performing, supervising, and configuring the solution. 1. The Network engineer shall have a minimum five (5) years furnishing and installing similar systems.

E. Product Warranty: Provide a sample of special warranty

1.5 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: Provide operation and maintenance manuals for network switches, wireless bridges, UPSs and monitoring software. In addition to items specified in Section 017823 “Operation and Maintenance Data,” include the following:

1. List of spare parts and replacement components recommended to be stored at the site for ready access.

2. Product Manuals and Specification sheets.

1.6 WARRANTY

A. Special Warranty: Manufacture’s standard form in which manufacture agrees to repair or replace equipment.

1. Product Support: Provide one year of manufacturer provided configuration and troubleshooting support.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-2 November 6, 2018

PART 2 - PRODUCTS

2.1 SYSTEM REQUIREMENTS

A. General network performance: The network is to be configured in a “Partial Mesh” redundant configuration. Each network switch is to interconnected to the network cores located at the Terminal and the DAO buildings. Each switch, with the exception of the wireless network, shall be directly connected to each of the network cores. The intent is for the cameras to have the shortest path to the recording servers. The wireless network shall consist of bridges to connect remote network nodes to the fiber optic ring.

B. Network Monitoring: Each network device shall be monitored by a network monitoring solution. The solution Information to be monitored. 1. IP Address utilization 2. Device Health 3. Device uptime and connectivity.

2.2 PERFORMANCE REQUIREMENTS

A. Material: Subject to compliance with the requirements below, provide products by the following manufactures or approve alternates: 1. Cisco 2. Ubiquity 3. APC

B. Field Network Switches: Network switches shall be industrial grade. Additional requirements include: 1. Operating Temperatures: -20 C to 60 C (sealed enclosure operating) 2. Each port installed shall be capable of supporting POE and POE+ 3. Provide two ports of GE uplink ports. 4. Switch ports shall have a minimum of four port 10/100 copper Ethernet ports. 5. Support multicasting. 6. Provide per port network security 7. The switch shall be capable of mounting to a DIN rail.

C. Core-Access Layer Switch: This switch shall connect the VMS and network servers to the LAN. Additional requirements included. 1. Ports: The network switch shall provide 24 ports that can accommodate a 10/100/1000 port speed. 2. Provide a minimum of two SFP+ ports. 3. Multicast aware 4. Shall support POE, POE+

D. Core-Fiber Switch: This switch shall provide network access for all of the field switches. 1. Provide 48 or 24 SFP+ ports 2. Provide Layer 2/3 functionality 3. Provide Spanning tree Root Guard protection 4. Support Multicasting

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-3 November 6, 2018

E. Wireless Bridges (Network Location): 1. Capable of 1Gbps point to point and point to multipoint wireless connections. 2. Support multicast traffic. 3. Capable of operating in the 5Ghz range 4. Support GPS Synchronization 5. Support speeds of 500Mbps or greater

PART 3 - EXECUTION

3.1 INSTALLATION

A. Field Network Switch Installation Method: Install the switch hardware onto panel mounted DIN Railings. The UPS shall be mounted on to Panel mounted DIN railings. Network switch power shall be mounted on to panel mounted DIN railings.

1. Wires shall be concealed through a panel mounted wiring tray

2. All patch cords shall be pre manufactured CAT 6 cables labeled in accordance to the labeling specification

3. All network equipment shall be grounded in accordance to manufacture provide instructions and connected to an earth ground. Refer to Section 270526 for the appropriate means and methods

4. Each network switch shall be configured with port security to prevent unauthorized changes in the network equipment attached to a specific network port. At the time of production port security shall allow only one MAC address per end-point network device.

5. Each network switch shall have all default passwords and SNMP traps changed from the manufacture defaults. All passwords shall be centrally managed.

6. The network shall send alerts in the event of a status change. This status change includes: Network topology changes, equipment failures, unauthorized network access attempts, equipment configuration changes.

7. The network shall be configured to enable multicasting.

8. Each connection to the core fiber network switch shall be over SFP- single fiber modules. Connection speed shall be 1Gbps.

B. Core Network Installation Method: The network equipment shall be installed into an enclosed, four post standing rack.

1. All network equipment passwords shall have all default passwords and SNMP traps changed from the manufacture defaults. All passwords shall be centrally managed.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-4 November 6, 2018

2. Each Network core switch shall be configured for spanning-tree, and serve as the root hubs for the network. In the event of a Spanning Tree election the network core switches shall be preferred to be either the primary or backup root hubs.

3. The network shall be configured to support multicasting.

4. Core network hardware shall be configured with layer 3 routing capabilities.

5. All access layer switches shall be configured with port security and enable a maximum of two MAC address per port.

6. All uplink ports shall be monitored and be capable of reporting state changes to security operations.

7. The network shall be multicast enabled.

8. Each Fiber optic connection to Field Network Switches shall be over SFP single fiber modules. Minimum connection speed shall be 1Gbps.

3.2 Wireless Network

1. The wireless network bridge devices shall be configured in point to point links to facilitate communication from remote locations.

2. Each device shall be configured and installed with the most appropriate antenna / alignment that will provide adequate bandwidth to support the cameras attached.

3. Each wireless device shall have the appropriate lightning protection installed to protect network switch hardware and end points from damage.

4. All frequencies in use shall be approved and coordinated with the Owner and the Engineer prior to installation. Frequencies shall be reviewed by the DAO Frequency manager prior to acceptance for use.

3.3 DEMONSTRATION

A. Train Owner’s maintenance personnel to adjust, operate and maintain network equipment.

PART 4 - METHOD OF MEASUREMENT

4.1 Field Network Switches

A. Field Network Switches to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional units. This is to include the power supplies, SFP modules, patch cords, termination blocks, and programing. Each item shall include all work to furnish and install a complete and fully functional network switch including startup and testing to the satisfaction of the Owner

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-5 November 6, 2018

and Engineer. Separate measurements shall be made for various types and port count sizes.

4.2 Core Access Layer Switch

A. Core Access Layer Switch to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional units. This is to include the power supplies, SFP modules, patch cords, termination blocks and programing. Each item shall include all work to furnish and install a complete and fully functional network switch including startup and testing to the satisfaction of the Owner and Engineer.

4.3 Core Fiber Switch.

A. Core Fiber Network Switches to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional units. This is to include the power supplies, SFP modules, patch cords, termination blocks and programing. Each item shall include all work to furnish and install a complete and fully functional network switch including startup and testing to the satisfaction of the Owner and Engineer. Separate measurements shall be made for various types and port count sizes.

4.4 Wireless Network Location

A. Wireless Network Location hardware to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional units. This is to include the power supplies, antennas, lighting protection, patch cords, termination blocks and programing. Each item shall include all work to furnish and install a complete and fully functional wireless network point at that location including startup and testing to the satisfaction of the Owner and Engineer.

PART 5 - BASIS OF PAYMENT

5.1 Field Network Switch

A. Field Network Switch shall be paid at the Contract Unit Price for each completed item, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly, programming, testing and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

5.2 Core Access Layer Switch

A. Core Access Layer Switch shall be paid at the Contract Unit Price for each completed item, measured as provided above, and accepted by the Engineer. The price shall be

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-6 November 6, 2018

full compensation for furnishing all materials and for all installation, assembly, programming, testing and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

5.3 Core Fiber Switch

A. Core Fiber Switch shall be paid at the contract unit price for each completed item, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

5.4 Wireless Network Location

A. Wireless Network Location shall be paid at the contract unit price for each completed wireless location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, programming, and incidentals necessary to complete this item to the satisfaction of the Engineer

Payment will be made under:

Item 27 20 00-5.1 Field Network Switch, 4-Port, Installed – per Each

Item 27 20 00-5.2 Field Network Switch, 8-Port, Installed – per Each

Item 27 20 00-5.3 Core Access Layer Switch, Installed – per Each

Item 27 20 00-5.4 Core Fiber Switch, 48-Port, Installed – per Each

Item 27 20 00-5.5 Core Fiber Switch, 24-Port, Installed – per Each

Item 27 20 00-5.6 Wireless Network Location, Installed – per Each

END OF SECTION 272000

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-7 November 6, 2018

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 272000-8 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-201 231 Perimeter FIXED C01F C

T-201 233 Perimeter FIXED C01F D

T-201 234 Perimeter PTZ C01P D

T-201 235 Perimeter FIXED C01F D

T-201 237 Perimeter FIXED C01F F

T-201 239 Perimeter FIXED C01F F

T-201 241 Perimeter FIXED C01F G

T-201 242 Perimeter PTZ C01P G

T-201 243 Perimeter FIXED C01F G

T-201 245 Perimeter FIXED C01F H

T-201 247 Perimeter FIXED C01F H

T-201 249 Perimeter FIXED C01F J

T-201 251 Perimeter FIXED C01F J

T-201 601 Ramp FIXED C02F B

T-201 602 Ramp PTZ C02P B

T-201 603 Ramp FIXED C02F B

T-201 605 Ramp FIXED C02F B

T-201 607 Ramp FIXED C02F E

T-201 608 Ramp PTZ C02P E

T-201 609 Ramp FIXED C02F E

T-201 611 Ramp FIXED C02F E

T-201 613 Ramp FIXED C02F K Spur from L

T-201 615 Ramp FIXED C02F K

T-201 616 Ramp PTZ C02P K

T-201 617 Ramp FIXED C02F K

T-201 920 Perimeter PTZ C01P A Spur from C

T-201 921 License Plate FIXED C04F I

T-201 923 License Plate FIXED C04F I

T-201 925 License Plate FIXED C04F I

T-201 927 License Plate FIXED C04F I

T-201 929 License Plate FIXED C04F I Spur from H

T-201 931 License Plate FIXED C04F I

T-202 253 Perimeter FIXED C01F L

T-202 254 Perimeter PTZ C01P L

T-202 255 Perimeter FIXED C01F L

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 1 of 7 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-202 257 Perimeter FIXED C01F M

T-202 258 Perimeter PTZ C01P M

T-202 259 Perimeter FIXED C01F M

T-202 261 Perimeter FIXED C01F N

T-202 263 Perimeter FIXED C01F N

T-202 265 Perimeter FIXED C01F O

T-202 266 Perimeter PTZ C01P O

T-202 267 Perimeter FIXED C01F O

T-202 269 Perimeter FIXED C01F R

T-202 271 Perimeter FIXED C01F R

T-202 273 Perimeter FIXED C01F S

T-202 274 Perimeter PTZ C01P S

T-202 275 Perimeter FIXED C01F S

T-202 277 Perimeter FIXED C01F T

T-202 279 Perimeter FIXED C01F T

T-202 619 Ramp FIXED C02F P

T-202 621 Ramp FIXED C02F P

T-202 623 Ramp FIXED C02F P

T-202 625 Ramp FIXED C02F Q

T-202 627 Ramp FIXED C02F Q

T-203 281 Perimeter FIXED C01F W

T-203 282 Perimeter PTZ C01P W

T-203 283 Perimeter FIXED C01F W

T-203 285 Perimeter FIXED C01F X

T-203 286 Perimeter PTZ C01P X

T-203 287 Perimeter FIXED C01F X

T-203 289 Perimeter FIXED C03F Y

T-203 290 Perimeter FIXED C03F Y2

T-203 301 Perimeter FIXED C03F Z

T-203 302 Perimeter FIXED C03F Z2

T-203 303 Perimeter FIXED C01F AA

T-203 304 Perimeter PTZ C01P AA

T-203 305 Perimeter FIXED C01F AA

T-203 701 Perimeter FIXED C01F W

T-203 703 Perimeter FIXED C01F AB Spur from AE

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 2 of 7 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-203 941 Perimeter FIXED C01F X

T-203 972 Hill Top PTZ C05P U Spur from T

T-203 974 Hill Top PTZ C05P U

T-203 981 Hill Top FIXED C05F V

T-204 307 Perimeter FIXED C01F AC

T-204 309 Perimeter FIXED C01F AC

T-204 311 Perimeter FIXED C01F AE

T-204 312 Perimeter PTZ C01P AE

T-204 313 Perimeter FIXED C01F AE

T-204 315 Perimeter FIXED C01F AF

T-204 317 Perimeter FIXED C01F AF

T-204 943 Perimeter FIXED C01F AD Spur from AC

T-204 945 Perimeter FIXED C01F CB Spur from AC

T-205 319 Perimeter FIXED C01F AG

T-205 320 Perimeter FIXED C01F AG

T-205 321 Perimeter FIXED C01F AG

T-205 322 Perimeter FIXED C01F AG

T-205 323 Perimeter FIXED C01F AH

T-205 324 Perimeter FIXED C01F AG2

T-205 325 Perimeter FIXED C01F AH

T-205 326 Perimeter FIXED C01F AG2

T-205 327 Perimeter FIXED C01F AI

T-205 329 Perimeter FIXED C01F AI

T-205 330 Perimeter PTZ C01P AI

T-205 331 Perimeter FIXED C01F AI-2

T-205 333 Perimeter FIXED C01F AI-2

T-205 995 Perimeter FIXED C01F AI

T-205 997 Hill Top FIXED C05F AJ Spur from AI

T-206 401 Perimeter FIXED C01F AO

T-206 403 Perimeter FIXED C01F AO

T-206 405 Perimeter FIXED C01F AN

T-206 406 Perimeter PTZ C01P AN

T-206 407 Perimeter FIXED C01F AN

T-206 409 Perimeter FIXED C01F AM

T-206 411 Perimeter FIXED C01F AM

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 3 of 7 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-206 413 Perimeter FIXED C01F AL

T-206 414 Perimeter PTZ C01P AL

T-206 415 Perimeter FIXED C01F AL

T-206 417 Perimeter FIXED C01F AK

T-206 418 Perimeter PTZ C01P AK

T-206 419 Perimeter FIXED C01F AK

T-207 421 Perimeter FIXED C01F AV

T-207 423 Perimeter FIXED C01F AV

T-207 425 Perimeter FIXED C01F AU

T-207 426 Perimeter PTZ C01P AU

T-207 427 Perimeter FIXED C01F AU

T-207 429 Perimeter FIXED C01F AT

T-207 431 Perimeter FIXED C01F AT

T-207 433 Perimeter FIXED C01F AS

T-207 434 Perimeter PTZ C01P AS

T-207 435 Perimeter FIXED C01F AS

T-207 437 Perimeter FIXED C01F AP

T-207 439 Perimeter FIXED C01F AP

T-207 801 Perimeter FIXED C01F AV

T-207 811 Ramp FIXED C02F AR

T-207 812 Ramp PTZ C02P AR

T-207 813 Ramp FIXED C02F AR

T-207 815 Ramp FIXED C02F AR Spur from AQ

T-207 817 Ramp FIXED C02F AQ

T-207 818 Ramp PTZ C02P AQ

T-207 819 Ramp FIXED C02F AQ

T-207 821 Ramp FIXED C02F AQ Direct from Trunk

T-208 441 Perimeter FIXED C01F BA

T-208 443 Perimeter FIXED C01F BA

T-208 445 Perimeter FIXED C01F AZ

T-208 446 Perimeter PTZ C01P AZ

T-208 447 Perimeter FIXED C01F AZ

T-208 449 Perimeter FIXED C01F AY

T-208 451 Perimeter FIXED C01F AY

T-208 453 Perimeter FIXED C01F AX

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 4 of 7 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-208 454 Perimeter PTZ C01P AX

T-208 455 Perimeter FIXED C01F AX

T-208 457 Perimeter FIXED C01F AW

T-208 458 Perimeter PTZ C01P AW

T-208 459 Perimeter FIXED C01F AW

T-208 831 Perimeter FIXED C01F AZ

T-208 833 Perimeter FIXED C01F AZ

T-208 841 Perimeter FIXED C01F AY

T-209 101 Perimeter FIXED C01F BG

T-209 102 Perimeter PTZ C01P BG

T-209 103 Perimeter FIXED C01F BG

T-209 105 Perimeter FIXED C01P BD

T-209 106 Perimeter PTZ C01P BD Direct from Trunk

T-209 107 Perimeter FIXED C01F BD

T-209 109 Perimeter FIXED C01F BC

T-209 110 Perimeter PTZ C01P BC

T-209 111 Perimeter FIXED C01F BC

T-209 113 Perimeter FIXED C01F BB

T-209 115 Perimeter FIXED C01F BB

T-209 461 Perimeter FIXED C01F BJ

T-209 463 Perimeter FIXED C01F BJ

T-209 465 Perimeter FIXED C01F BI

T-209 466 Perimeter PTZ C01P BI

T-209 467 Perimeter FIXED C01F BI

T-209 501 Ramp FIXED C02F BE

T-209 502 Ramp PTZ C02P BE

T-209 503 Ramp FIXED C02F BE

T-209 505 Ramp FIXED C02F BE

T-209 901 DAO FIXED C07F CE

T-209 903 Perimeter FIXED C03F CE

T-209 905 Card FIXED C10F CD Spur from BG

T-209 906 ATCT PTZ C06P BH

T-209 908 ATCT PTZ C06P BH

T-209 911 License Plate FIXED C04F BF

T-209 913 License Plate FIXED C04F BF spur from BD

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 5 of 7 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-209 915 License Plate FIXED C04F BF

T-209 917 License Plate FIXED C04F BF

T-210 117 Perimeter FIXED C01F BQ

T-210 118 Perimeter PTZ C01P BQ

T-210 119 Perimeter FIXED C01F BQ

T-210 121 Perimeter FIXED C01F BO

T-210 123 Perimeter FIXED C01F BO

T-210 125 Perimeter FIXED C01F BN

T-210 126 Perimeter PTZ C01P BN

T-210 127 Perimeter FIXED C01F BN

T-210 129 Perimeter FIXED C01F BM

T-210 131 Perimeter FIXED C01F BM

T-210 133 Perimeter FIXED C01F BL

T-210 135 Perimeter FIXED C01F BL

T-210 137 Perimeter FIXED C01F BK

T-210 138 Perimeter PTZ C01P BK

T-210 139 Perimeter FIXED C01F BK

T-210 507 Ramp FIXED C02F BP

T-210 508 Ramp PTZ C02P BP

T-210 509 Ramp FIXED C02F BP

T-210 511 Ramp FIXED C02F BP

T-211 201 Perimeter FIXED C01F BS

T-211 203 Perimeter FIXED C01F BS

T-211 205 Perimeter FIXED C01F BT

T-211 206 Perimeter PTZ C01P BT

T-211 207 Perimeter FIXED C01F BT

T-211 209 Perimeter FIXED C01F BU

T-211 211 Perimeter FIXED C01F BU

T-211 991 Perimeter FIXED C01F BS

T-211 993 Hill Top FIXED C05F BR Spur from BK

T-212 213 Perimeter FIXED C01F BV

T-212 215 Perimeter FIXED C01F BV

T-212 217 Perimeter FIXED C01F BW

T-212 219 Perimeter FIXED C01F BW

T-212 221 Perimeter FIXED C01F BX

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 6 of 7 November 6, 2018 RGAAF Security Improvements Camera Equipment Schedule

Plan Page Camera Purpose Equipment Operational Site Locations Spur No. Type Type (design plan set) T-201 229 Perimeter FIXED C01F C

T-212 222 Perimeter PTZ C01P BX

T-212 223 Perimeter FIXED C01F BX

T-212 225 Perimeter FIXED C01F BY

T-212 227 Perimeter FIXED C01F BY

T-213 961 Landing FIXED C09F BZ

T-213 962 Building FIXED C08F BZ-2

T-213 963 Landing FIXED C09F BZ

T-214 965 Landing FIXED C09F CA

T-214 966 Building FIXED C08F CA-1

T-214 967 Landing FIXED C09F CA

Operational Type Legend

Identifier Purpose Camera type Mount Indoor/outdoor C01F Perimeter Fixed Pole Outdoor C01P Perimeter PTZ Pole Outdoor C02F Ramp Fixed Building Outdoor C02P Ramp PTZ Building Outdoor C03F Perimeter Fixed Wall Outdoor C04F License Plate Fixed Special Outdoor C05F Hill Top Fixed Pole Outdoor C05P Hill Top PTZ Pole Outdoor C06P ATCT PTZ Special Outdoor C07F DAO Fixed Ceiling Indoor C08F Building Fixed wall Outdoor C09F Landing Fixed Pole Outdoor C10F Card Fixed Special Outdoor

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000 Attachment #1 - Camera Schedule - Page 7 of 7 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018

SECTION 282000

VIDEO SURVEILLANCE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes a redundant video surveillance system consisting of cameras, network video recorder, data transmission wiring, and a control station with its associated equipment.

B. Related Requirements:

1. Section 272000 "Data Communications" for network communication and requirements.

1.3 DEFINITIONS

A. AGC: Automatic gain control.

B. BNC: Bayonet Neill-Concelman - type of connector.

C. B/W: Black and white.

D. CCD: Charge-coupled device.

E. FTP: File transfer protocol.

F. IP: Internet protocol.

G. LAN: Local area network.

H. MPEG: Moving picture experts group.

I. NTSC: National Television System Committee.

J. PC: Personal computer.

K. PTZ: Pan-tilt-zoom.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-1 November 6, 2018

L. VMS: Video Management System

M. RAID: Redundant array of independent disks.

N. TCP: Transmission control protocol - connects hosts on the Internet.

O. UPS: Uninterruptible power supply.

P. WAN: Wide area network.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated. Include dimensions and data on features, performance, electrical characteristics, ratings, and finishes.

B. Shop Drawings: For video surveillance. Include plans, elevations, sections, details, and attachments to other work.

1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Functional Block Diagram: Show single-line interconnections between components for signal transmission and control. Show cable types and sizes. 3. Dimensioned plan and elevations of equipment racks, control panels, and consoles. Show access and workspace requirements. 4. UPS: Sizing calculations. 5. Wiring Diagrams: For power, signal, and control wiring.

C. Design Data: Include an equipment list consisting of every piece of equipment by model number, manufacturer, serial number, location, and date of original installation. Add pretesting record of each piece of equipment, listing name of person testing, date of test, set points of adjustments, name and description of the view of preset positions, description of alarms, and description of unit output responses to an alarm.

1.5 INFORMATIONAL SUBMITTALS

A. Seismic Qualification Data: Certificates, for cameras, camera-supporting equipment, accessories, and components, from manufacturer.

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

B. Field quality-control reports.

C. Product Warranty: Sample of special warranty.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-2 November 6, 2018

1.6 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For cameras, power supplies, monitors, network video recorders, and control-station components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following:

1. Lists of spare parts and replacement components recommended to be stored at the site for ready access.

2. Product Manuals and Specification sheets

1.7 PROJECT CONDITIONS

A. Environmental Conditions: Capable of withstanding the following environmental conditions without mechanical or electrical damage or degradation of operating capability:

1. Control Station: Rated for continuous operation in ambient temperatures of 60 to 85 deg F and a relative humidity of 20 to 80 percent, noncondensing. 2. Interior, Controlled Environment: System components, except central-station control unit, installed in temperature-controlled interior environments shall be rated for continuous operation in ambient temperatures of 36 to 122 deg F (2 to 50 deg C) dry bulb and 20 to 90 percent relative humidity, noncondensing. Use NEMA 250, Type 1 enclosures. 3. Interior, Uncontrolled Environment: System components installed in non- temperature-controlled interior environments shall be rated for continuous operation in ambient temperatures of [0 to 122 deg F (minus 18 to plus 50 deg C dry bulb and 20 to 90 percent relative humidity, noncondensing. Use NEMA 250, Type 3R enclosures. 4. Exterior Environment: System components installed in locations exposed to weather shall be rated for continuous operation in ambient temperatures of [minus 30 to plus 122 deg F minus 34 to plus 50 deg C dry bulb and 20 to 90 percent relative humidity, condensing. Rate for continuous operation when exposed to rain as specified in NEMA 250, winds up to 85 mph (137 km/h . Use NEMA 250, Type 4 enclosures. 5. Hazardous Environment: System components located in areas where fire or explosion hazards may exist because of flammable gases or vapors, flammable liquids, combustible dust, or ignitable fibers shall be rated, listed, and installed according to NFPA 70. 6. Corrosive Environment: System components subject to corrosive fumes, vapors, and wind-driven salt spray in coastal zones. Use NEMA 250, Type 4X enclosures. 7. Security Environment: Camera housing for use in high-risk areas where surveillance equipment may be subject to physical violence.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-3 November 6, 2018

1.8 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of cameras, equipment related to camera operation, and control-station equipment that fail in materials or workmanship within specified warranty period.

1. Warranty Period: Three years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 SYSTEM REQUIREMENTS

A. Video-signal format shall comply with H.264 standard.

B. Surge Protection: Protect components from voltage surges originating external to equipment housing and entering through power, communication, signal, control, or sensing leads. Include surge protection for external wiring of each conductor's entry connection to components.

1. Minimum Protection for Power Connections 120 V and More: Auxiliary panel suppressors complying with requirements in Section 264313 "Surge Protection for Low-Voltage Electrical Power Circuits." 2. Minimum Protection for Communication, Signal, Control, and Low-Voltage Power Connections: Comply with requirements in Section 264313 "Surge Protection for Low-Voltage Electrical Power Circuits" as recommended by manufacturer for type of line being protected.

C. Tamper Protection: Tamper switches on enclosures, control units, pull boxes, junction boxes, cabinets, and other system components shall initiate a tamper-alarm signal when unit is opened or partially disassembled. Control-station, control-unit alarm display shall identify tamper alarms and indicate locations.

2.2 PERFORMANCE REQUIREMENTS

A. Seismic Performance: Video surveillance system shall withstand the effects of earthquake motions determined according to ASCE/SEI 7

1. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

C. Comply with NECA 1.

D. Comply with NFPA 70.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-4 November 6, 2018

E. Retain paragraph below if integrating video surveillance system with access-control system.

2.3 STANDARD CAMERAS

A. Subject to compliance with the requirements below, provide products by the following or approved alternate: 1. AXIS 2. PELCO

B. Fixed 1080p Outdoor network camera (Camera Location Types C01F, C02F, C04F, C05F, C08F, C09F, C10F):

1. General Requirements: a. The camera shall operate on an open source and Linux-based platform, and include a built-in web server. b. The camera shall be equipped with an IR-sensitive progressive scan megapixel sensor. c. The camera shall provide a removable IR-cut filter, providing day/night functionality. d. The camera shall be equipped with remote back focus functionality. e. The camera shall be equipped with a varifocal IR-corrected i-CS megapixel lens. f. The camera shall be manufactured with a metal (aluminium) casing. g. The camera shall provide local video storage utilizing a microSD/microSDHC/microSDXC memory card expansion. h. The camera shall be manufactured with an IP66 and NEMA 250 4X-rated aluminum enclosure suitable for mounting on Pan-Tilt-heads and shall be fitted with an adjustable weather shield. 2. Key Camera Requirements: The network camera shall meet or exceed the following performance specifications: a. Illumination (Image, lux) at 50 IRE F1.5): 1) @30FPS with WDR- Color,0.05 lux; B/W, 0.01 lux 2) @60FPS with WDR- Color,0.1 lux; B/W, 0.02 lux 3) @120FPS- Color, 0.2 lux; B/W 0.04 lux b. Resolution: The camera shall be designed to provide video streams at 1080p (1920x1080) with WDR at up to 60 FPS using H.264 or Motion JPEG. c. Bandwidth Control: The camera shall in H.264 support variable Bit Rate for video quality adapted to scene content. To protect the network from unexpected it rate spikes, the camera shall support the configuration of a Maximum Bit Rate d. IR Illumination: The camera shall be equipped with built-in IR LEDs with adjustable intensity. The IR LEDs shall have a range of up to 30m. e. Edge Storage: The camera shall support continuous and event controlled recording to local memory added to the camera’s microSD-card slot. The camera shall incorporate encryption functionality for the SD card. The camera shall be able to detect and notify edge storage disruptions. f. Remote lens configuration: The camera shall provide remote zoom and remote focus functionality.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-5 November 6, 2018

3. Mega Pixel Rating: The camera shall be capable of 2MP at 120FPS. 4. Lens/Camera size/model as appropriate for required field of view performance (refer to drawings). 5. Operational Requirements by Camera Location Type: a. Camera Location Type C01F – Pole-Mounted Fixed-View Perimeter Fence Coverage; Narrow Overlapping Field of View b. Camera Location Type C02F – Building-Mounted (Post or Wall) Fixed-View Wide-Angle Ramp/Apron/Area Coverage c. Camera Location Type C03F – Building Wall-Mounted Perimeter/General Coverage d. Camera Location Type C04F – Post-Mounted Fixed-View Vehicle/Driver Entry/Egress Coverage; Field of View Full Vehicle Front/Rear including Windows with License Plate Readability under general conditions e. Camera Location Type C05F – Pole-Mounted Fixed-View General Area Coverage f. Camera Location Type C08F – Wall-Mounted Fixed-View Perimeter Area Coverage; Field of View Varies by Location g. Camera Location Type C09F – Pole-Mounted Fixed-View General Area Coverage; Field of View Varies by Location h. Camera Location Type C10F – Card Reader Pedestal-mounted Fixed-View Driver Coverage Camera – Provide Specialized Pedestal-Style Camera or Custom Mount for standard camera (contractor option) within unit price. 6. Mount style as specified in the drawings, Camera Operational Requirements and attached camera schedule (Section 28 20 00 Attachment #1).

C. PTZ 1080p Dome Outdoor Network Camera (Camera Location Types C01P, C02P, C03P, C05P, C06P) 1. General Requirements: a. The camera shall operate an open source; Linux-based platform, including a built-in web server b. The camera shall be equipped with an IR-sensitive progressive scan sensor c. The camera shall provide a removable IR-cut filter, providing day/ night functionality. d. The camera shall be equipped with a lense providing auto focus and auto- iris functionality. e. The camera shall provide local storage utilizing a SD/SDHC/SDXC memory card expansion. f. The camera shall be manufactured with an IP66, NEMA 4X and IK10 rated metal casing. g. The camera shall provide options for clear and smoked lower dome. 2. Key Camera Requirements: The network Camera shall meet or exceed the following performance specifications: a. Illumination (Image, lux) 1) @30 IRE: Color, 0.3; B/W, 0.03 2) @50IRE: Color, 0.5; B/W, 0.04 b. Resolution: The camera shall be designed to provide at least two streams at 1080p (1920x 1080) at up to 30FPS using H.264. The camera shall also be capable of providing at least two video streams at 720p (1280x720) using H.264 at up to 60FPS.The camera shall in H.264 support Variable Bit Rate (VBR for Video Quality adapted to scene content. To protect the

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-6 November 6, 2018

network from unexpected bit rate speaks the camera shall support Constant Bit Rate (CBR or Maximum Bit Rate (MBR) c. Bandwidth Control: The camera shall for its H.264 implementation support scene adaptive bit rate control with automatic dynamic ROI to reduce bitrate in un-prioritized regions in order to lowering bandwidth and storage requirements. d. Edge Storage: The camera shall support continuous and event controlled recording to a local memory added to the camera’s SD-card slot. The camera shall beable to detect and notify Edge storage disruptions e. Power: The camera shall be capable of being powered through the network cable, separate injector. 3. PTZ functionality: The camera shall be capable of 255 manually set preset positions. It should provide e-flip functionality, which will automatically rotate the image 180 degrees electronically when following a moving object passing under the camera. The camera shall be capable of recording a custom PTZ tour, operated using an input device such as a joystick, mouse or keyboard, and then use and recall this as a guard tour. The camera shall be capable of detecting and automatically following moving objects in the camera’s field of view. 4. Lens: The PTZ camera shall be capable of 32x optical zoom and 12x digital zoom. 5. Operational Requirements by Camera Location Type: a. Camera Location Type C01P – Pole-Mounted PTZ Perimeter Fence and General Airfield Coverage b. Camera Location Type C02P – Building-Mounted (Post or Wall) Ramp/Apron/Area Coverage c. Camera Location Type C05P – Pole-Mounted PTZ General Area Airfield and Perimeter Coverage; Lens/Model Provided shall allow for detection of an individual or animal on the airfield/runway surface from the hilltop d. Camera Location Type C06P – Specialty Pole-Mounted PTZ General Area Airfield and Perimeter Coverage; Lens/Model Provided shall allow for detection of an individual or animal on the airfield/runway surface from the Air Traffic Control Tower Roof 6. Mount style as specified in the drawings, Camera Operational Requirements and attached camera schedule (Section 28 20 00 Attachment #1).

D. Fixed Indoor Dome Camera (Camera Location Type C07F) 1. General Requirements: a. The camera shall operate on an open source and Linux-based platform, and include a built-in web server. b. The camera shall be equipped with an IR-sensitive progressive scan megapixel sensor. c. The camera shall provide a removable IR-cut filter, providing day/night functionality. d. The camera shall be equipped with a varifocal with P-iris. e. The camera shall be manufactured with a metal (aluminum) casing. f. The camera shall provide local video storage utilizing a microSD/ microSDHC/ microSDXC memory card expansion. g. The camera shall be manufactured with an IP66 and NEMA 250 4X-rated aluminum enclosure suitable for mounting on Pan-Tilt-heads and shall be fitted with an adjustable weather shield.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-7 November 6, 2018

h. The camera shall provide a manual 3-axis (pan /tilt / rotation) positioning to allow adjustment for optimum camera rotation and placement. 2. Key Camera Requirements: a. Illumination: (Image, lux) 1) @ 30FPS – Color, 0.1; B/W, 0.02 2) @60FPS- Color,0.2; B/W, 0.03 b. Resolution:The camera shall be capable of providing at least two video streams at 1080p (1920x1080) at up to 60 FPS using H.264 or Motion JPEG. The camera shall be capable of providing both landscape format (4:3 and 16.9 aspect ratio) as well as corridor format (3:4 and 9:16 ratio). c. Bandwidth Control: The camera shall in H.264 support variable Bit Rate for video quality adapted to scene content. To protect the network from unexpected bit rate spikes the camera shall support Constant Bit Rate (CBR or Maximum Bit Rate (MBR). The camera shall for its H.264 implementation support scene adaptive bitrate control with automatic dynamic ROI to reduce bit rate in un-prioritized regions in order to lower bandwidth and storage requirements d. PTZ functionality: The camera shall be able to provide Digital PTZ functionality, 2.2x optical zoom, and 2x digital zoom. e. Power: The camera shall be powered via the network and conform to the IEEE 802.3af/802.3at standard 3. Mega Pixel Rating: HD 2.1MP 4. Lens: Lens size as appropriate for required field of view performance (refer to drawings). 5. Mount style as specified in the drawings and attached camera schedule

2.4 LENSES

A. No standard Manufacturer Specified – Comply with functional requirements and compatibility with equipment provided.

B. Description: Optical-quality coated lens, designed specifically for video-surveillance applications and matched to specified camera. Provide color-corrected lenses with color cameras.

1. Auto-Iris Lens: Electrically controlled iris with circuit set to maintain a constant video level in varying lighting conditions. 2. Fixed Lens: With calibrated focus ring. 3. Zoom Lens: Motorized, remote-controlled unit, rated as "quiet operating." Features include the following:

a. Electrical Leads: Filtered to minimize video signal interference. b. Motor Speed: Variable. c. Lens shall be available with preset positioning capability to recall the position of specific scenes.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-8 November 6, 2018

2.5 POWER SUPPLIES

A. Low-voltage power supplies matched for voltage and current requirements of cameras and accessories, and of type as recommended by manufacturer of camera.

1. Enclosure: NEMA 250, Type 4X

2. Network Camera power shall be supplied by a POE switch.

B. Exterior housings shall be suitable for same environmental conditions as the associated camera.

2.6 CAMERA-SUPPORTING EQUIPMENT

A. No standard Manufacturer Specified – Comply with functional requirements and compatibility with existing equipment .

B. Minimum Load Rating: Rated for load in excess of the total weight supported times a minimum safety factor of two.

C. Pan Units: Motorized automatic-scanning units arranged to provide remote-controlled manual and automatic camera panning action, and equipped with matching mounting brackets.

1. Scanning Operation: Silent, smooth, and positive. 2. Stops: Adjustable without disassembly, to limit the scanning arc.

D. Mounting Brackets for Fixed Cameras: Type matched to items supported and mounting conditions. Include manual pan-and-tilt adjustment.

E. Protective Housings for Fixed and Movable Cameras: Steel enclosures with internal camera mounting and connecting provisions that are matched to camera/lens combination and mounting and installing arrangement of camera to be housed.

1. Tamper switch on access cover sounds an alarm signal when unit is opened or partially disassembled. Central-control unit shall identify tamper alarms and indicate location in alarm display. Tamper switches and central-control unit are specified in Section 283100 "Intrusion Detection." 2. Camera Viewing Window: Polycarbonate window, aligned with camera lens. 3. Duplex Receptacle: Internally mounted. 4. Alignment Provisions: Camera mounting shall provide for field aiming of camera and permit removal and reinstallation of camera lens without disturbing camera alignment. 5. Built-in, thermostat-activated heater and blower units. Units shall be automatically controlled so the environmental limits of the camera equipment are not exceeded. 6. Sun shield shall not interfere with normal airflow around the housing. 7. Mounting bracket and hardware for wall or ceiling mounting of the housing. Bracket shall be of same material as the housing; mounting hardware shall be stainless steel.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-9 November 6, 2018

8. Finish: Housing and mounting bracket shall be factory finished using manufacturer's standard finishing process suitable for the environment.

2.7 MONITORS

A. Subject compliance with requirements, provide products by the following or approved alternate: 1. NEC 2. Dell 3. Pelco

B. 44” Command Console Video Wall:

1. Description: The monitor(s) shall function as the primary displays for the command center video wall. The console video wall shall consist of 2 monitors at a minimum of 44” (diagonal) each.

2. General Product Description: a. The monitor shall be high definition display capable of delivering 1920x1080 b. The monitor shall have inputs for HDMI and VGA c. The monitor shall have an aspect ration of 16:9 . d. The monitor shall support a contrast resolution of 3000:1

C. 24” Command Center Console Workstation Monitor 1. Description: The monitor(s) shall function as the primary workstation monitors. The workstation shall have two (2) monitors. 2. General Product Description: a. The monitor shall have an aspect ratio of 16:10 (widescreen) b. The monitor’s panel surface shall be an In-plane switching, anti glare with hard coat 3H c. The monitor’s optimal resolution shall be 1920x1200 at 60Hz d. The monitor’s shall have a typical contrast ratio of 1000:1 e. The monitor’s response time shall be 6ms gray to gray. f. The monitor shall have 2 HDMI connectors, 1 mini display port, 1 Display port, 1 Display port out, 1, Audio line out, 5 USB 3.0 ports with a built-in USB 3.0 Hi- Speed Hub

2.8 NETWORK VIDEO MANAGEMENT SYSTEM

A. Subject compliance with requirements, provide products by the following or approved alternate: 1. Milestone XProtect Corporate Edition Video Management System 2. Milestone Camera Licenses 3. Vega Systems

B. General System Description: A UPS sized to provide 30 minutes of run time in the event of a failure shall protect all systems contained within this section. Each server is equipped with a redundant power supplies. Each machine power supply is to be powered from a separate circuit

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-10 November 6, 2018

that is protected by a UPS. Each server contained in this section shall be mounted into an equipment rack. Each server shall be connected to a IP KVM switch.

C. Management Server Specification: 1. Memory: 12GB 2. Operating System: Windows Server 2016 Standard 3. Processor: Intel Xeon E5-2603v4 4. Storage: Two 300GB; 10K RPM; Configured as a RAID Level 1 5. Network Card: One Gigabit NIC

D. Storage Server Specification: 1. Memory: 24GB 2. Operating System: Windows Server 2016 Standard 3. Processor: Intel Xeon E5-2603v4 4. Operating System Volume: Two 300GB Configured as a RAID Level 1 5. Live Database Volume: Eight 10K RPM 1800GB Configured as a RAID Level 10

E. SAN Storage Specification: 1. Shall be an iSCSI SAN; 10 7.2 RPM 10TB Configured as a RAID Level 5

F. Windows Domain Controller: 1. Memory: 16GB 2. Operating System: Windows 2016 Standard 3. Processor: Intel Xeon E3-1220 v5 3.0GHz 4. Operating System Volume: Two 1TB Drives configured as a RAID Level 1 5. Redundant Power Supply: Yes

G. Network Time Server: The server shall provide GPS based network time for the surveillance network. 1. Subject to compliance with the requirements below, provide products by the following or approved alternate: a. Meinberg b. Spectracom 2. General Functionality: a. The NTP Server shall provide selectable reference sources. b. The NTP Server shall provide synchronization of NTP and SNTP compatible clients. c. The NTP Server shall be capable of providing alert notifications of status changes via email and SNMP. d. The NTP Server shall provide a stable and precise oscillator capable of bridging inteerferences or temporary loss of reception. e. The NTP Server shall provide an LC display that is capable of showing the state of the internal receiver and NTP subsystem. The system shall be capable of showing the status of the reference time source, time synchronization, and network link status. f. The NTP Server shall have one 10/100 Ethernet network port. g. The NTP Server shall be configurable either by a web browser or a text based menu. h. The NTP server shall be rack mountable.

H. Redundant Recording

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-11 November 6, 2018

1. Description: Redundancy Management Framework allows video cameras to be recorded simultaneously on two recording servers. In the event of a failure, RMF seamlessly provide video to the viewing clients for both live and recorded video. 2. General Functionality: a. The RMF MIPS plugin shall be installed on all relevant devices to enable active- active redundancy between primary and secondary recorders. b. The RMF MIPS plugin shall provide both live and recorded video in the event of a Recording server failure. c. The RMF MIPS plugin shall auto map cameras to recording server information.

I. Remote Monitor-Only Viewing Station: 1. Subject to compliance with the requirements below, provide products by the following or approved alternate: a. Intel b. Dell 2. Description: This station shall provide view only capabilities. This stations consists of one 42” monitor, and a network pc. The workstations configuration shall be controlled from the VMS head End. 3. General Product Description: a. Form factor: Mini PC b. Hard Disk: 128GB SSD c. Memory: 4GB DDR4-2133 d. Graphics: Dual HDMI 2.0a (supporting 2 monitors) e. Operating System: Windows 10 Professional f. USB ports: 2 external front and 2 rear USB ports g. Network Ports: One 10/100/1000Mbps Ethernet; Intel Wireless-AC 8265+ Bluetooth 4.2 4. The View Station shall have the Milestone Xprotect Smart Client installed. 5. Location: a. ARAC

2.9 IP VIDEO SYSTEMS

A. No standard Manufacturer Specified – Comply with functional requirements and compatibility with existing equipment .

B. Description:

1. System shall provide high-quality delivery and processing of IP-based video, audio, and control data using standard Ethernet-based networks. 2. System shall have seamless integration of all video surveillance and control functions. 3. Graphical user interface software shall manage all IP-based video matrix switching and camera control functions, two-way audio communication, alarm monitoring and control, and recording and archive/retrieval management. IP system shall also be capable of integrating into larger system environments. 4. System design shall include all necessary compression software for high- performance, dual-stream, H.264 video. Unit shall provide connections for all video cameras, camera PTZ control data, bidirectional audio, discreet sensor inputs, and control system outputs.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-12 November 6, 2018

5. All camera signals shall be compressed, encoded, and delivered onto the network for processing and control by the IP video-management software. 6. Camera system units shall be ruggedly built and designed for extreme adverse environments, complying with NEMA Type environmental standards. 7. Encoder/decoder combinations shall place video, audio, and data network stream that can be managed from multiple workstations on the user's LAN or WAN. 8. All system interconnect cables, workstation PCs, PTZ joysticks, and network intermediate devices shall be provided for full performance of specified system. 9. All workstations, camera IDFs, servers shall have UPS systems installed and sized to provide 30 minutes of battery backup power.

2.10 CONTROL STATIONS

A. Subject compliance with requirements, provide products by the following or approved alternate: 1. Dell 2. HP

B. Description: The Command Center workstation shall be the primary workstation for interacting with the video surveillance system. The system provided shall meet the minimums listed: 1. Form Factor: Tower 2. Operating System: Windows 10 Professional 3. Processor: Intel Xeon W-2123 4. Video Card: NVIDIA Quadro P4000, 8GB, 4 Display Ports 5. RAM: 16GB 2666MHz RDIMM ECC 6. Operating System Boot Drive: 2.5” 1TB 7200rpm SATA Hard Drive 7. 8x DVD +/- Slimline 8. Wireless Keyboard and Mouse 9. Windows 10 Pro Workstation OS Recovery USB 10. Monitor: Dual 24” Monitors

C. VMS Client Software: Xprotect Smart Client .

D. Locations 1. DAO Operations 2. Terminal Operations 3. Emergency Operations 4. DAO Command Center 5. Manager Office

E. Power Continuity for Control Station: The Workstation shall be protected by an Uninterruptable Power Supply (UPS).

1. Subject compliance with requirements, provide products by the following or approved alternate: a. APC b. Tripp Lite: c. Cyberpower

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-13 November 6, 2018

2. General Specifications: a. The UPS shall be rated for 1500VA/ 900W. b. The UPS shall have a minimum of 5 Battery outlets and 5 Surge protection outlets c. The UPS shall provide for the replacement of the batteries without the need to power off the unit (Hot-Swappable) d. The UPS shall provide a LCD graphics display that will modes of operation, system parameters, and alarms. e. The UPS shall provide audible alarms to indicate faults including voltage conditions and battery condition.

F. Annunciation: Indicate change in system condition and switching of system or component to backup power.

2.11 SIGNAL TRANSMISSION COMPONENTS

A. Cable: Category 6 Ethernet Cable. Shall comply with requirements in Section 270513 "Conductors and Cables for Communications Systems."

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine pathway elements intended for cables. Check raceways and other elements for compliance with space allocations, installation tolerance, hazards to camera installation, and other conditions affecting installation.

B. Examine roughing-in for LAN, WAN, and IP network before device installation.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 WIRING

A. Comply with requirements in Section 270528 "Pathways for Communications Systems."

B. Wiring Method: Install cables in raceways unless otherwise indicated.

1. Except raceways are not required in accessible indoor ceiling spaces and attics. 2. Except raceways are not required in hollow gypsum board partitions. 3. Conceal raceways and wiring except in unfinished spaces.

C. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars and distribution spools.

D. Splices, Taps, and Terminations: For power and control wiring, use numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. Tighten electrical connectors and terminals according to manufacturer's published

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-14 November 6, 2018

torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B.

E. For communication wiring, comply with the following: 1. Section 271323 "Communications Optical Fiber Backbone Cabling."

F. Grounding: Provide independent-signal circuit grounding recommended in writing by manufacturer.

3.3 VIDEO SURVEILLANCE SYSTEM INSTALLATION

A. Windows Network: 1. General Description: A complete Windows network shall be configured in support of the VMS solution. A primary domain controller shall be configured. DHCP, DNS, and additional support services shall be configured. IP scope and ranges shall be coordinated with the owners representatives. 2. Active Directory Organizational Units: A minimum of two OUs shall be configured to house the network objects for the Commercial and military objects. Each OU shall be managed by each of the relevant interest groups. Access shall be restricted to network administrative groups for each interest groups. 3. Security Groups: Security groups shall be configured to manage access to the VMS solution and functions. Security groups shall be configured to manage system administration functions. 4. User Accounts: User accounts shall be created for each user accessing the VMS. Each user account will be stored in the appropriate OU dependenant on their organizational affiliation. a. Password Policy: User account passwords will be configured to expire ever 90 days. Users shall be notified of that their passwords will be expiring one week prior to its expiration. Passwords shall be required to meet complexity requirements which will include a diversity of Capital, lowercase letters, numbers, and symbols. Refer to Milestone Hardening Guide for additional guidance. b. Elevated Accounts: System administration functions shall be accessed via elevated user accounts that shall not be used for normal user operation. These accounts shall be given only to authorized administrators. This should be coordinated with the owner’s representative. c. Local Administrator Password Solution (LAPS): LAPS shall be installed and configured to randomized local administrator passwords on the domain joined workstations. These local administrative password shall be stored in Active Directory and controlled by Access Control list to prevent unauthorized access. 5. Remote Administration: The installer shall configured remote administration tools to enable the Terminal Data Center Administrator and the Military Administrator to configure, maintain and troubleshoot the Windows Network. The preferred method of remote administration includes: a. Remote System Administration Tool set (RSAT) b. Windows Terminal Services

B. Milestone XProtect Corporate Core Functionality: 1. General description: VMS installation shall be configured as a fully redundant and highly available solution. Recording and viewing shall be duplicated in Terminal Building and the DAO. Mapping shall be used to facilitate system usability. Video shall be configured

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-15 November 6, 2018

to alert the operators in the event of movement in monitored areas. Video Wall functionality shall be configured to support command center and view only video walls. Specific VMS features and functionality shall be coordinated with the owner’s designated representative. 2. High Availability: The Milestone Management server shall be configured in a fault tolerant cluster. The Recording Server shall be configured with fully redundant video recording. Recordings shall be stored in in the Terminal Data Center and the DAO data centers. In the event of a recording server failure, camera live and recording video shall, without user intervention, switch to the live working video server. 3. Mapping: Site Maps of shall be used to facilitate the navigation of the VMS solution. Maps shall be reflective of the camera installed locations. 4. Recording Storage: The VMS shall maintain recorded video for a minimum of 30 days. Fixed cameras shall be set to motion recording at 15FPS 24 hours per day with a Motion event rate of 40%. All PTZ cameras shall be set to 25FPS at a motion event rate of 40%. Archive video is to be stored at a 8FPS frame rate.

C. Install cameras with 84-inch- (2134-mm-) minimum clear space below cameras and their mountings. Change type of mounting to achieve required clearance.

D. Set pan unit and pan-and-tilt unit stops to suit final camera position and to obtain the field of view required for camera. Connect all controls and alarms, and adjust.

E. Install power supplies and other auxiliary components at control stations unless otherwise indicated.

F. Install tamper switches on components indicated to receive tamper switches, arranged to detect unauthorized entry into system-component enclosures and mounted in self- protected, inconspicuous positions.

G. Identify system components, wiring, cabling, and terminals according to Section 270553 "Identification for Communications Systems."

H. Install Management Server in a redundant failover configuration.

I. Install Recording / Archive server in a fully redundant, simultaneous recording configuration and installed in the DAO building. Recording and archive server shall be installed in the terminal building.

J. Install a fully functional Windows 2016 network. The Active Directory, DHCP, DNS server shall be installed in the DAO building.

K. All VMS view stations shall be members of the Windows 2016 domain. User accounts/ Security Groups shall be used to designate access to the VMS system.

L. Network Security Policies: Coordinate all network security monitoring, user account policies with the Project Manager / Airport designated personnel.

M. Install Antivirus/ Malware protection on all workstations.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-16 November 6, 2018

3.4 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.

B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections.

C. Perform tests and inspections.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing.

D. Tests and Inspections:

1. Inspection: Verify that units and controls are properly installed, connected, and labeled, and that interconnecting wires and terminals are identified. 2. Pretesting: Align and adjust system and pretest components, wiring, and functions to verify that they comply with specified requirements. Conduct tests at varying lighting levels, including day and night scenes as applicable. Prepare video-surveillance equipment for acceptance and operational testing as follows:

a. Prepare equipment list described in "Informational Submittals" Article. b. Verify operation of auto-iris lenses. c. Set back-focus of fixed focal length lenses. At focus set to infinity, simulate nighttime lighting conditions by using a dark glass filter of a density that produces a clear image. Adjust until image is in focus with and without the filter. d. Set back-focus of zoom lenses. At focus set to infinity, simulate nighttime lighting conditions by using a dark glass filter of a density that produces a clear image. Additionally, set zoom to full wide angle and aim camera at an object 50 to 75 feet (17 to 23 m) away. Adjust until image is in focus from full wide angle to full telephoto, with the filter in place. e. Set and name all preset positions; consult Owner's personnel. f. Set sensitivity of motion detection. g. Connect and verify responses to alarms. h. Verify operation of control-station equipment.

3. Test Schedule: Schedule tests after pretesting has been successfully completed and system has been in normal functional operation for at least 14 days. Provide a minimum of 10 days' notice of test schedule. 4. Operational Tests: Perform operational system tests to verify that system complies with Specifications. Include all modes of system operation. Test equipment for proper operation in all functional modes.

E. Video surveillance system will be considered defective if it does not pass tests and inspections.

F. Prepare test and inspection reports.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-17 November 6, 2018

3.5 ADJUSTING

A. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to Project during other-than-normal occupancy hours for this purpose. Tasks shall include, but are not limited to, the following:

1. Check cable connections. 2. Check proper operation of cameras and lenses. Verify operation of auto-iris lenses and adjust back-focus as needed. 3. Adjust all preset positions; consult Owner's personnel. 4. Recommend changes to cameras, lenses, and associated equipment to improve Owner's use of video surveillance system. 5. Provide a written report of adjustments and recommendations.

3.6 CLEANING

A. Clean installed items using methods and materials recommended in writing by manufacturer.

B. Clean video-surveillance-system components, including camera-housing windows, lenses, and monitor screens.

3.7 DEMONSTRATION

A. Train Owner's maintenance personnel to adjust, operate, and maintain video- surveillance equipment.

PART 4 - METHOD OF MEASUREMENT

4.1 CAMERA LOCATIONS

A. Camera Locations shall be measured by each camera location installed, including the camera, housing, cabling, mounting, labor, configuration and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional camera installation including startup and testing to the satisfaction of the Owner and Engineer. Separate measurements shall be made for each Camera Location Type identified in the Operational Requirements above and attached camera equipment schedule. The following additional items are specifically included in each unit: 1. All required connections. 2. Grounding and Bonding as applicable for the Location and required standards 3. Conduit, fittings and cabling pathway from the related Field Network Switch Enclosure (or head-end equipment as applicable) to the camera’s location. 4. Cabling from the related Field Network Switch Enclosure (or head-end equipment as applicable) to the camera’s location

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-18 November 6, 2018

5. Any supplemental mounting structures, concrete foundations, metal fabrications or other appurtenances necessary to provide the specified mount style, location and field of view required by the drawings and Operational Requirements.

4.2 Monitors

A. Monitors to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional units. Each item shall include all work to furnish and install a complete and fully functional monitor including startup, mounting and testing to the satisfaction of the Owner and Engineer . Separate measurements shall be made for various types and port count sizes.

4.3 Network Video Management System (NVMS)

A. Milestone Corporate Licensing/Software and Camera Licensing 1. The quantity of Milestone Corporate Licensing to be paid for under this specification shall consist of Corporate Base License, Corporate Device License, One year CarePlus Base License One year Care Plus Corporate Device license, One year Care premium Base and Device license. Each item shall include all work to furnish and install a complete and fully licensed and functional system including startup and testing to the satisfaction of the Owner and Engineer.

B. Management Server 1. The quantity of Management Server to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional network Server including startup, configuration and testing to the satisfaction of the Owner and Engineer

C. Storage Server 1. The quantity of Storage Server to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional network storage server including startup, configuration and testing to the satisfaction of the Owner and Engineer

D. SAN Storage 1. The quantity of SAN Storage to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional network SAN storage including startup, configuration and testing to the satisfaction of the Owner and Engineer

E. Domain Controller Server 1. The quantity of Domain Controller Server to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional network domain controller including startup, configuration and testing to the satisfaction of the Owner and Engineer

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-19 November 6, 2018

F. Network Time Server 1. The quantity of Network Time Server to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional network switch including startup, configuration and testing to the satisfaction of the Owner and Engineer

G. Redundant Recording Licensing 1. Redundant Recording Licensing shall not be measured separately for payment, but shall be considered subsidiary to the primary license in a required redundant system and included within the primary license unit price.

H. VIEWING AND CONTROL STATIONS 1. The quantity of Management Server to be paid for under this specification shall consist of the number of items installed and accepted as complete and functional unit. Each item shall include all work to furnish and install a complete and fully functional Remote viewing station including startup, configuration and testing to the satisfaction of the Owner and Engineer. Separate measurements shall be made for various types and configurations of viewing/control stations.

I. FURNISHINGS ALLOWANCE FOR VIEWING/MONITORING STATIONS 1. Contractor shall coordinate with the owner of each viewing/control stations to procure furnishings to meet the needs of each space. The contractor shall not mark up the furnishings cost. Contractor shall install the furnishings and installation will not be measured or paid separately, but will be incidental to the other items.

PART 5 - BASIS OF PAYMENT

5.1 CAMERA LOCATIONS

A. Camera Locations (by Camera Location Type) shall be paid the Contract Unit Price for each completed field camera location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly, programming, adjustments, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

5.2 MONITORS

A. Monitors shall be paid at the contract unit price for each completed installation location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-20 November 6, 2018

5.3 Network Video Management System (NVMS)

A. Milestone Coprporate License/Software and Camera Software License(s) 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

B. Management Server 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

C. Storage Server 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

D. SAN Storage Server 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

E. Domain Controller Server(s) 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

F. Network Time Server 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

G. Redundant Recording Server License(s) 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-21 November 6, 2018

H. VIEWING AND CONTROL WORKSTATIONS 1. Payment will be made at the contract unit price for each completed field network location, measured as provided above, and accepted by the Engineer. The price shall be full compensation for furnishing all materials and for all installation, assembly and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

I. FURNISHINGS ALLOWANCE FOR VIEWING/MONITORING STATIONS 1. An allowance has been established for the procurement of furnishings as required. Payment will include direct reimbursement to the contractor for amount paid for furnishing, no markup will be allowed, and any unused portion of the allowance will not be paid to the contractor.

Payment shall be made under:

Item 28 20 00-5.1 Camera Location Type C01F, Installed – per Each

Item 28 20 00-5.2 Camera Location Type C01P, Installed – per Each

Item 28 20 00-5.3 Camera Location Type C02F, Installed – per Each

Item 28 20 00-5.4 Camera Location Type C02P, Installed – per Each

Item 28 20 00-5.5 Camera Location Type C03F, Installed – per Each

Item 28 20 00-5.6 Camera Location Type C04F, Installed – per Each

Item 28 20 00-5.7 Camera Location Type C05F, Installed – per Each

Item 28 20 00-5.8 Camera Location Type C05P, Installed – per Each

Item 28 20 00-5.9 Camera Location Type C06P, Installed – per Each

Item 28 20 00-5.10 Camera Location Type C07F, Installed – per Each

Item 28 20 00-5.11 Camera Location Type C08F, Installed – per Each

Item 28 20 00-5.12 Camera Location Type C09F, Installed – per Each

Item 28 20 00-5.13 Camera Location Type C10F, Installed – per Each

Item 28 20 00-5.14 Monitor, 44” Minimum, Installed – per Each

Item 28 20 00-5.15 Monitor, 24” Minimum, Installed – per Each

Item 28 20 00-5.16 NVMS Corporate License/Software, Installed – per Each

Item 28 20 00 5.17 NVMS Camera Software License, Installed – per Each

Item 28 20 00-5.18 NVMS Management Server, Installed – per Each

Item 28 20 00-5.19 NVMS Storage Server, Installed – per Each

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-22 November 6, 2018

Item 28 20 00-5.20 NVMS SAN Server, Installed – per Each

Item 28 20 00-5.21 NVMS Domain/Active Directory Controller, Installed – per Each

Item 28 20 00-5.22 Network Time Server, Installed – per Each

Item 28 20 00-5.23 Remote View-Only Station (ARAC), Installed – per Each

Item 28 20 00-5.24 Remote Workstation, Installed – per Each

Item 28 20 00-5.25 Command Center Workstation, Installed – per Each

Item 28 20 00-5.26 Furnishings Allowance for Viewing/Monitoring Stations – per Lump Sum

END OF SECTION 282000

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-23 November 6, 2018

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP 282000-24 November 6, 2018 SECTION VII: SUPPLEMENTAL TECHNICAL SPECIFICATIONS

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 ITEM SS-120 SITE PREPARATION

DESCRIPTION

120-1.1 This item covers the preparation of the site for construction of the proposed improvements. The attention of the bidder is directed to the necessity for careful examination of the entire project site to determine, at the time of bid preparation, the full extent of work to be done under the item "Site Preparation." The entire job site shall be cleared of all man-made obstructions and debris, of whatever nature, and made ready in all respects for the construction of the proposed improvements.

The item "Site Preparation" shall include:

1. Mobilization 2. Furnishing Temporary Field Office (if awarded) 3. Lighted Barricades and Closed Taxiway and Runway Markings 4. Contractor's Staging Areas 5. Lockout/Tagout Program 6. Airport Security Requirements 7. Airport Safety Requirements 8. Instrument Control 9. Removal and Disposal of Structures 10. Clean Up

CONSTRUCTION METHODS

120-2.1 MOBILIZATION. The Contractor shall consider and include his cost for providing personnel, equipment, materials, bonds, etc. required for the prosecution of the work under this item.

120-2.2 FURNISHING TEMPORARY FIELD OFFICE. The building for the temporary field office shall be for the exclusive use by the Engineer as a field office and shall conform to the requirements listed below. The dimensions and other requirements specified herein are minimums and the building may be built by the Contractor for the specific purposes noted herein. It is not intended, however, to prohibit the use of commercially built trailers or prefabricated buildings which may deviate in minor dimension or detail from the requirements listed herein but may in some features exceed the listed requirements and in all major respects be entirely suitable for the purpose intended. The Engineer will determine the suitability of any building furnished. It shall be the responsibility of the Contractor to coordinate and obtain also necessary permits and install all required temporary facilities to provide a complete and usable temporary field office.

Minimum requirements for offices:

a. The building may be portable or other suitable type with 7-ft minimum ceiling height; must be floored, weatherproof and reasonably dustproof; must have at least two glazed sliding windows provided with window latches; must have at least one door provided with a substantial lock and all keys placed in the possession of the Engineer. Doors and windows shall be screened. The building need not be new but the facility furnished under this item shall be neat, clean, sound and usable for the purpose intended.

b. The building shall be provided with electric lights and power outlets arranged as directed by the Engineer. The building shall be provided with equipment in good working order. In cold weather the building shall be provided with adequate vented space heating facilities and fuel for heating. In hot weather the building shall be equipped with adequate air conditioning units. Heating and cooling and telephone utility service will be furnished at no cost to the Owner or Engineer.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-120-1 November 6, 2018

c. The building for the field office shall provide not less than 240 sq. ft. of floor space. At least two tables each suitable for desk and drafting table work shall be provided with approximate dimensions of 30" x 48". These tables may be movable, attached to a wall, or built-in. Each table will be provided with at least two drawers (minimum dimensions: 8" deep x 12" wide by 24" long) or equivalent cabinet or shelf space for storing field books and records.

d. The building shall be provided with internet access with a minimum download speed of 24 megabits per second. This service shall be provided for the length of the contract or construction project, whichever is greater.

The building shall remain the property of the Contractor and be returned to him at the close of the construction period.

120-2.3 LIGHTED BARRICADES AND CLOSED TAXIWAY AND RUNWAY MARKINGS. The Contractor shall furnish, install, maintain, and remove closed taxiway and runway markings and lighted barricades in accordance with details on the plans and as directed by the Engineer. The closed runway markers shall be aviation yellow, nylon-reinforced vinyl. The markers shall be secured to the pavement/ground as shown on the plans and as directed by the Engineer. The lighted barricades shall be constructed and installed as shown on the plans. All lighted barricades and closed taxiway and runway markings shall be constructed in accordance with AC 150/5370-2G Operational Safety on During Construction.

All work involved in the furnishing, installation, maintenance, and removal of lighted barricades, barrels and closed runway markings will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation."

120-2.4 CONTRACTOR'S ACCESS/HAUL ROAD. The Contractor shall layout, construct, maintain, and repair all access/haul roads needed to construct the work. The existing access roads shown on the plans shall be repaired, as determined necessary by the Engineer, at the close of the project. All such work, including all materials and labor, involved in the layout, construction, maintenance, and repair of the Contractor's access/haul roads will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." Temporary pipe culverts shall be installed and maintained as required and shall be of the size as directed by the Engineer. The type of pipe used for temporary pipe shall be at the option of the Contractor. Temporary pipe culverts will not be measured for separate payment, but will be considered subsidiary to the access/haul road. All temporary pipe culverts shall be removed by the Contractor and shall remain his property at the close of the project.

120-2.5 CONTRACTOR’S STAGING AREAS. The areas designated in the plans or by the Engineer as the Contractor's staging area shall be cleared and graded by the Contractor as needed for use by the Contractor in constructing the work on this project. All areas used or otherwise occupied by the Contractor for his operations shall be cleaned, regraded, and seeded, as directed by the Engineer, prior to the final acceptance of the project by the Airport. All work involved in the preparation and restoration of areas used or occupied by the Contractor, including clearing, grubbing, regrading, seeding, and installing and removing fence, will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation."

120-2.6 LOCKOUT / TAGOUT. The Contractor shall submit a complete copy of an electrical energy source Lockout/Tagout Program in accordance with Part 1910 – Occupational Safety and Health Standards (OSHA) Subpart S – Electrical, that meets the requirements of 29 CFR 1910.147, The Control of Hazardous Energy (Lockout/Tagout), including requirements listed in 1910.331 through 1910.335. Implementation of the Lockout/Tagout Program and the related safety requirements are the sole responsibility of the Contractor.

120-2.7 AIRPORT SECURITY REQUIREMENTS. The Contractor shall abide by the Airport Security

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-120-2 November 6, 2018 requirements of the RGAAF DAO and the City of Killeen Airport Division. Any costs associated with the Airport Security requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation."

120-2.8 AIRPORT SAFETY REQUIREMENTS. The Contractor shall abide by the Airport Safety requirements that are outlined in the plans. All costs associated with the Airport Safety requirements will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation."

120-2.9 REMOVAL AND DISPOSAL OF STRUCTURES. This work shall consist of the removal and satisfactory disposal of utility poles; signs, sign supports, sign foundations; curb and curb and gutter; fence; driveways; guardrail; retaining walls; sidewalks; Portland cement concrete or asphalt concrete pavements; manholes; drainage structures (including reinforced concrete channels, headwalls, and wingwalls); concrete or masonry foundations (including foundations of poles or signs to be removed) or slabs; concrete ducts and pipe culverts, all of which are not designated or permitted to remain. The Contractor shall make his own estimate of the work required for the removal of structures which conflict with the proposed construction. All structures required to be removed may not be designated as such in the plans.

The provisions of this section shall not apply to underground petroleum storage tanks.

The attention of the bidder is directed to the necessity for careful examination of the entire site to determine, at the time of bid preparation, the full extent of work to be accomplished. The entire site shall be cleared of all man-made obstructions and debris, of whatever nature, and prepared in all respects for the construction.

The Contractor shall not unnecessarily interfere with the use of any adjacent sidewalks, streets, or roads.

Materials removed will become the property of the Contractor and shall be removed from the job site, unless specifically designated otherwise.

All surface items such as curb, curb and gutter, driveways, parking areas, walks, steps, asphalt and PCC pavement, and walls shall be separated or broken away from the adjacent part of any structure designated to remain in place by a vertical saw cut along the line designated by the Engineer. The edge of the structure left in place shall be approximately vertical with no abrupt changes in alignment. Any damage to or removal of the structure designated to remain in place shall be repaired or replaced at no cost to the Owner.

Holes, ditches, or other abrupt changes in elevation caused by the removal operations that could obstruct drainage or be considered hazardous or unsightly shall be backfilled, compacted, and left in a workmanlike condition.

Existing concrete ducts and parts thereof that interfere with the new construction shall be removed.

Existing pipe culverts or parts thereof that interfere with the new construction shall be removed.

Where existing pipe culverts are to be extended or otherwise incorporated into the new work, only such part of the existing structure shall be removed as to provide a proper connection to the new work. The connecting edges or joints shall be cut, chipped, and trimmed to the required lines and grades without weakening or damaging the part of the structure to be retained.

For a pipe culvert extension, the headwall and the attached end joint of concrete pipe or the flared end section on all types of pipe shall be removed to accommodate the extension. This work will not be paid for directly but will be considered included in the items involved in the culvert extension. This item includes

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-120-3 November 6, 2018 any additional construction required to connect existing pipes to the constructed drainage system.

Trenches or voids resulting from the removal or demolition of existing culverts or other structures shall be filled with approved material placed in layers in accordance with Item P-152.

Masonry and reinforced concrete foundations shall be obliterated, or if in fill sections, may be left in place if covered by not less than 2 feet of embankment.

Concrete foundations for poles to be removed shall be obliterated to a depth of 2 feet below finished grade or as required to accommodate new construction.

The removal and disposal of the various items covered by this specification will not be measured for separate payment, but will be subsidiary to the bid item “Site Preparation”.

120-2.10 CLEAN UP. From time to time, the Contractor shall clean up the site in order that the site presents a neat appearance and that the progress of work will not be impeded. One such clean up shall immediately precede final inspection.

Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner.

MEASUREMENT AND PAYMENT

120-3.1 Site preparation: Mobilization will be measured as a lump sum complete item. Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Mobilization," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work.

120-3.2 Site preparation: Temporary Field Office will be measured as a lump sum complete item. Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Temporary Field Office," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work.

120-3.3 Site preparation: Lighted Barricades and Closed Taxiway and Runway Markings shall not be measured or paid separately and will be considered incidental to “Mobilization”.

120-3.4 Site Preparation: Contractor’s Staging Areas shall not be measured or paid separately and will be considered incidental to “Moblization”.

120-3.5 Site Preparation: Lockout/Tagout Program shall not be measured or paid separately and will be considered incidental to “Mobilization”.

120-3.6 Site Preparation: Airport Security Requirements shall not be measured or paid separately and will be considered incidental to “Mobilization”.

120-3.7 Site Preparation: Airport Safety Requirements shall not be measured or paid separately and will be considered incidental to “Mobilization”.

120-3.8 Site Preparation: Instrument Control shall not be measured or paid separately and will be considered incidental to “Mobilization”.

120-3.9 Site Preparation: Removal and Disposal of Structures shall not be measured or paid separately and

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-120-4 November 6, 2018 will be considered incidental to “Mobilization”.

120-3.10 Site Preparation: Clean Up shall not be measured or paid separately and will be considered incidental to “Mobilization”.

Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer.

Payment will be made under:

Item SS-120-3.1 Mobilization - per Lump Sum Item SS-120-3.2 Temporary Field Office – per Lump Sum

END OF ITEM SS-120

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-120-5 November 6, 2018

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-120-6 November 6, 2018

ITEM SS-130 TRENCH AND EXCAVATION SAFETY SYSTEMS

DESCRIPTION

130-1.1 This section covers trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart "P", a copy of which may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402.

NOTIFICATIONS REQUIRED

130-2.1 The Contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet.

The Contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations.

EXISTING STRUCTURES AND UTILITIES

130-3.1 Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities or other installation, the Contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility.

The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the owner of the structure or utility and the Project Owner.

MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for this item as it will be considered subsidiary to other items.

END OF ITEM SS-130

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-130-1 November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 ITEM SS-305 DIRECTIONAL BORING

DESCRIPTION

305-1.1 This item shall consist of furnishing and installing conduits via directional boring methods, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The borings shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. It shall also include all trenching, backfilling, mandreling installation of drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of conduit and/or cables, to the satisfaction of the Engineer.

EQUIPMENT AND MATERIALS

305-2.1 GENERAL. Airport lighting equipment and materials shall meet the requirements outlined in Item SS-300.

All equipment and materials covered by these specifications shall be new and meet applicable manufacturer’s standards.

Polyethylene conduits shall conform to SDR 11 type.

The Contractor shall submit a statement of qualifications including previous similar jobs experience in directional boring for the last three (3) years. Previous job description work shall include length, pipe type, pipe size(s) and soil type,

The Contractor shall submit complete shop drawings outlining his directional boring method (including drilling fluids, additives and mixtures), drill rod, bore size, materials, equipment and safety requirements to be utilized on this specific project, for review and approval by the Engineer.

All materials shall be inspected at the job site for damage. Defective materials shall be removed from the job site and replaced with new materials prior to the work.

CONSTRUCTION METHODS

305-3.1 GENERAL. Boring shall be done by pilot hole method using fluid as a lubricant only and shall not undermine the surrounding ground. Jetting will not be permitted. The Contractor shall use a guidance system to assure knowledge of the bore location while making the bore. The Contractor will not be paid for unusable sections.

Locate and clearly mark all utilities prior to start of excavation or drilling. The Contractor will be responsible for damage to pavements, utilities, or other structures caused by his activity. The Contractor shall repair, at his own expense, any damaged pavement, utility, or other structure as directed by the Engineer or the owner of the utility or structure. The Contractor shall not excavate to find a bored casing without specific approval and definitions of limits. No payments will be made for excavation and repair except as shown on drawings.

The Contractor shall inspect the locations where the encasement structures are to be installed and familiarize himself with the conditions under which the work will be performed and with all necessary details for orderly prosecution of the work. The omission of any details in the Plans and herein for the satisfactory installation of the easement in its entirety shall not relieve the Contractor of full responsibility for the installation.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-305-1 November 6, 2018 Directional bores shall be a minimum 48” below the existing base. For this project, the existing pavement shall be considered 12” in depth and the existing base shall be considered 12” in depth. Therefore, the overall depth shall be a minimum 72” below the surface of the pavement. The Contractor shall utilize a beacon or other depth-reading instrument to verify the depth below the runway.

The bore size shall be the minimum size for the work required. Upsizing the bore will not be allowed.

The Contractor shall utilize a walkover guidance and tracking system to assure the orientation and depth of the bore path. Depth and orientation confirmation shall occur at a minimum of every five feet of lateral distance covered.

The Contractor shall perform all excavation required to complete the work regardless of the material encountered. Excavation from the access shafts (bore pits) in excess of the required to backfill the access shafts and open ditch portion of the line shall be disposed of by the Contractor off Airport Property.

Pits and trenches shall be constructed and maintained in accordance with the current edition of the OSHA Standard for Excavating and Trench Safety Systems. Restore ground to original conditions after work completion including seeding and topsoiling.

The access shafts (bore pits) for encasement installation shall be rectangular in plan view with the longest dimension being constructed with the direction of the pipe. The access shafts shall be constructed at a location shown on the plans.

Use a high quality drilling fluid to ensure hole stability, cuttings transport, bit and electronics cooling, and hole lubrication to reduce drag on the drill pipe and the product pipe. Use only fluid with a composition that complies with all federal, state and local environmental regulations. Mix the drilling fluid with potable water (of proper pH) to ensure no contamination is introduced into the soil during the drilling, reaming, or pipe installation process. The Contractor is responsible for any required pH adjustments.

Disposal of the drilling fluids is the responsibility of the Contractor. Conduct disposal in accordance with all relative environmental regulations and permit requirements. No excess drilling fluids shall remain in the bore access pit or receiving pit. Immediately clean up any drilling fluid spills or overflows from these pits. All excess drilling fluids and mud shall be disposed of off Airport Property on a daily basis. Bore pits and trenches shall be backfilled and compacted in 6” layers to 90% maximum density for cohesive soils and to 100% maximum density for non-cohesive soils, as determined by ASTM D1557. The in-place field density shall be determined in accordance with ASTM D1556, D2167, or D6938.

Assemble the entire pipe to be installed via directional boring prior to starting pull back operations. Support the pipe to enable it to move freely and prevent damage. Install the pipe in one continuous pull. Maximum allowable tensile force imposed on the pull section is not to exceed 90 percent of the pipe manufacturer’s safe pull strength. If multiple pipe sizes or materials, the lowest safe strength shall govern. Damaged pipes shall be replaced at no additional cost to the Owner.

Extend and connect pipes to junction structures as indicated. When pipe is used as a sleeve, install interior conduits as indicated and terminate the conduits with end bells as shown in the plans or as required.

Upon completion of the work, immediately remove all debris from the job site and restore the areas to original condition acceptable to the Engineer.

In the event of failure to install the directional bore pipe or conduit, the Contractor shall remove the pipe or conduit from the bore and remove it from the job site. The bore hole shall be completely filled with a flowable fill conforming to Item P-153, Controlled Low Strength Material, to prevent future problems. If the pipe or conduit cannot be removed, then it shall be cut off minimum 3 feet below the ground and the pipe/conduit and surrounding space filled with flowable fill. This remedial work shall be performed at no

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-305-2 November 6, 2018 additional cost to the Owner. Any failure event shall be immediately coordinated with the Engineer and Owner prior to the Contractor taking remedial action.

The Contractor shall record and document all drilling logs that provide drill bit locations, both horizontally and vertically. These records shall be submitted to the Engineer and included in the O&M manual for the project.

All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner.

METHOD OF MEASUREMENT

305-4.1 The quantity of directional boring to be paid for under this item shall be the number of linear feet of conduit and directional boring installed with backfill, compaction, turf restoration, and appurtenances, measured in place, completed and accepted to the satisfaction of the Engineer.

BASIS OF PAYMENT

305-5.1 Payment will be made at the contract unit price per linear foot for each type and size of directional boring completed by the Contractor, and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer.

Payment will be made under:

Item SS-305-5.1 Directional Boring, 1-Way 2”C Polyethylene Conduit – per Linear Foot

Item SS-305-5.2 Directional Boring, 2-Way 4”C Polyethylene Conduits – per Linear Foot

END OF ITEM SS-305

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-305-3 November 6, 2018 Page Intentionally Left Blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP SS-305-4 November 6, 2018 SECTION VIII: PROJECT PLAN DRAWINGS.

See Plans under separate cover.

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 This page intentionally left blank

Security Surveillance Improvements at RGAAF Project No. 17181082 Issued for RFP November 6, 2018 City of Killeen RFP No. 19-10 Garver Project No. 17181082