Loading...
HomeMy WebLinkAboutC2016-596 - 10/18/2016 - Approved 2016-596 10/18/16 • Ord. 030989 B.E. Beecroft Company Inc. 00 52 23 AGREEMENT This Agreement,for the Project awarded on October 18, 2016 , is between the City of Corpus Christi (Owner)and B.E. Beecroft Company, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA-Airport Operations Area Perimeter Fencing Project No. E15221 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver, LLC 3755 S.Capital of Texas Highway,Suite 325 Austin,TX 78704 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.-Acting Construction Engineer City of Corpus Christi-Engineering Services 4917 Holly Road#5 Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 E15221 CCIA-Airport Operations Area Perimeter Fencing Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF Airport Operations Area Perimeter Fencing AIP No . 3-48-0051-053-2016 PROJECT No. E15221 i 1 .................... .............................� . �.*..:.................................... �, MATTHEW.,C. LEMAY ,.� Cty0 /• JOSHCRA...... ..... 11 ...... �/1) •° 112269 ,% COTPUS �/h • 114897 •'••,� ENG\ AW — '" 3• GAW Christi Digitally Signed Digitally Signed on 06/10/2016 on 06/10/2016 Garver 3755 S. Capital of Texas Highway, Suite 325/Austin,Tx 78704/(512)485-0009 Record Drawing Number AP-138 6/10/2016 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 10-06-2015) 00 52 23 Agreement(Rev 01-13-2016) 0061 13 Performance Bond (Revo1-13-2016) 0061 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Revo1-13-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Rev o1-13-2016) 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency 00 74 01 FAA General Provisions 00 74 02 CCIA Safety and Security Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 2901 Measurement and Basis for Payment(Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) Table of Contents 000100- 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 Division/ Title Section 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications NONE Part T Technical Specifications Supplementary Specifications-Civil SS-101 Safety Plan Compliance Document (SPCD) SS-110 Standard Specifications SS-120 Site Preparation SS-121 Utility and Pipeline Coordination SS-140 Demolition and Disposal SS-220 Pavement Edge Grading SS-241 Ditch Structure Supplementary Specifications- Electrical SS-300 Basic Electrical Requirements SS-301 Electrical Demolition and Relocation Work SS-305 Directional Boring SS-350 Automatic Gate Operators FAA Standard Specifications-Civil F-162 Chain-Link Fence P-152 Excavation and Embakment P-156 Temporary Air Water Pollution Soil Erosion and Siltation Control Table of Contents 000100-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 Division/ Title Section P-605 Joint Sealants for Concrete Pavements P-610 Structural Portland Cement Concrete T-901 Seeding T-904 Sodding T-905 Topsoiling FAA Standard Specifications- Electrical L-110 Airport Underground Electrical Duct Banks and Conduits L-115 Electrical Manholes and Junction Structures TxDOT Standard Specifications- Civil Tx-247 Flexible Base Tx-360 Concrete Pavement Tx-421 Hydraulic Cement Concrete Tx-464 Reinforced Concrete Pipe Tx-467 Safety End Treatment Tx-502 Barricades, Signs, and Traffic Handling Tx-529 Concrete Curb, Gutter, and Combined Curb and Gutter Appendix Title None END OF SECTION Table of Contents 000100-3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Airport Operations Area Perimeter Fencing Owner's Proiect Identification No. E15221 This project is being funded 90%by Federal Aviation Administration AIP funds and 10% by the City of Corpus Christi Funds. A. The base bid for this project consists of the following: 1. Approximately 35,000 LF of Fence Removal 2. Approximately 34,000 LF of 8-foot three strand barbed wire chain-link fence construction 3. Construction of 6 gates with linear induction gate operators, CCTV, and access controls 4. Construction of Fiber Optic Infrastructure for Gates 5. Various electrical Improvements to the existing security system 6. Pavement reconstruction of 3 concrete drives B. Additive Alternate I for this project consists of the following: 1. Approximately 5,500 LF of additional 8-foot three strand barbed wire chain-link fence construction C. Additive Alternate II for this project consists of the following: 1. Approximately 7,000 LF of additional 8-foot three strand barbed wire chain-link fence construction D. Additive Alternate III for this project consists of the following: 1. Construction of an Additional gate with linear induction gate operator, CCTV, and access controls E. Additive Alternate IV for this project consists of the following: 1. Construction of an Additional gate with linear induction gate operator, CCTV, and access controls Invitation to Bid and Instructions to Bidders 002113- 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$6.173.000.00. The Project is to be substantially complete and ready for operation within 325 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 PM on July 13th. 2016 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Airport Operations Area Perimeter Fencing Project, Project No. E15221 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 PM on July 13th, 2016, at the following location: Invitation to Bid and Instructions to Bidders 002113-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4— PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 10:00 AM on June 28th, 2016 at the following location: 1000 International Drive Corpus Christi Tx.78406 Terminal Bldg. Airport Board Conference Room, Second Floor Parking: Short Term Parking tickets will be validated if brought up to the receptionist ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6— EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. Invitation to Bid and Instructions to Bidders 002113-3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7— INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents,Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8— BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall Invitation to Bid and Instructions to Bidders 002113-4 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 7 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee,without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9— PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-5 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE (90 DAYS) 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. Invitation to Bid and Instructions to Bidders 002113-6 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 16.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be 8.87%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. Invitation to Bid and Instructions to Bidders 002113-7 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Engineering Services will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. Invitation to Bid and Instructions to Bidders 002113-8 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. Invitation to Bid and Instructions to Bidders 002113-9 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by (type or print name of company) on:July 13th, 2016 at 2:00 PM for Project No. E15221 Airport Operations Area Perimeter Fencing. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Airport Operations Area Perimeter Fencing Project, Project No. No. E15221 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000- 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ Additive Alternate 1 $ Additive Alternate 11 $ Additive Alternate III $ Additive Alternate IV $ The Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded to the lowest responsible bidder that submits a responsive bid. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. Bid Acknowledgement Form 003000-3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 003000-4 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 00 30 01 BID FORM Project Name: Airport Operations Area Perimeter Fencing Project Project Number: Project No. E15221 Owner: City of Corpus Christi Bidder: OAR: TBD Designer: Garver, LLC Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-BASE BID(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al 00 72 01 OWNER'S PROTECTIVE INSURANCE L.S. 1 A2 0129 01 MOBILIZATION L.S. 1 A3 SS-120-3.1 SITE PREPARATION L.S. 1 A4 SS-120-3.2 TEMPORARY CHAIN-LINK FENCE L.F. 2,169 A5 SS-140-5.1 PAVEMENT REMOVAL S.Y. 416 A6 SS-140-5.2 GRAVEL ROAD REMOVAL S.Y. 221 A7 SS-140-5.3 EXISTING FENCE DITCH STRUCTURE REMOVAL EACH 7 A8 SS-140-5.4 EXISTING SAFETY END TREATMENT REMOVAL EACH 4 A9 SS-140-5.5 PIPE REMOVAL L.F. 120 A10 SS-140-5.6 UTILITY POTHOLE COORDINATION L.S. 1 All SS-220-5.1 PAVEMENT EDGE GRADING L.F. 628 Al2 SS-241-5.1 DITCH STRUCTURE TYPE A L.F. 285 A13 SS-300-5.1 LOCKOUT/TAGOUT PROCEDURES L.S. 1 SS-300-5.2 48-STRAND FIBER OPTIC CABLE, INSTALLATION AND A14 L.F. 30,500 SPLICING A15 SS-300-5.3 12-STRAND FIBER OPTIC CABLE, INSTALLATION AND L.F. 470 SPLICING SS-300-5.4 CATEGORY 6,OUTDOOR-RATED, HORIZONTAL COPPER A16 L.F. 325 CABLING, INSTALLATION AND SPLICING A17 SS-300-5.5 TERMINAL COMMUNICATIONS CENTER IMPROVEMENTS L.S. 1 A18 SS-301-5.1 EXISTING GATE OPERATOR SYSTEM, REMOVED EACH 4 A19 SS-305-5.1 DIRECTIONAL BORING, 3-WAY 3"C POLYETHYLENE L.F. 175 CONDUITS SS-350-5.1 GATE 31B AUTOMATIC SLIDING CANTILEVER GATE AND A20 OPERATOR SYSTEM, INSTALLED L.S. 1 SS-350-5.2 GATE 28B AUTOMATIC SLIDING CANTILEVER GATE AND A21 OPERATOR SYSTEM, INSTALLED L.S. 1 SS-350-5.3 GATE 20B AUTOMATIC SLIDING CANTILEVER GATE AND A22 OPERATOR SYSTEM, INSTALLED L.S. 1 SS-350-5.4 GATE 14B AUTOMATIC SLIDING CANTILEVER GATE AND A23 OPERATOR SYSTEM, INSTALLED L.S. 1 SS-350-5.5 GATE 5B AUTOMATIC SLIDING CANTILEVER GATE AND A24 OPERATOR SYSTEM, INSTALLED L.S. 1 SS-350-5.6 GATE 42B AUTOMATIC SLIDING CANTILEVER GATE AND A25 OPERATOR SYSTEM, INSTALLED L.S. 1 SS-350-5.7 GATE 34B AUTOMATIC SLIDING CANTILEVER GATE AND A26 OPERATOR SYSTEM INSTALLED L.S. 1 Bid Form Page 1 of 4 Airport Operations Area Perimeter Fencing-Project No.E15221 Rev01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT SS-350-5.10 GATE 11B PEDESTRIAN TURNSTILE WITH ACCESS A27 CONTROL INSTALLED L.S. 1 A28 SS-350-5.11 WALL-MOUNTED, FIXED-VIEW CCTV CAMERA AND EACH 2 NETWORK CONNECTION INSTALLED F-162-5.1 8-FOOT CHAIN-LINK FENCE WITH 3-STRAND BARBED A29 WIRE L.F. 34,133 F-162-5.2 7-FOOT BLACK PVC COATED CHAIN-LINK FENCE WITH 3- A30 STRAND BARBED WIRE L.F. 35 F-162-5.3 8-FOOT CHAIN-LINK FENCE WITH 3-STRAND BARBED A31 WIRE AND BLACK PRIVACY SLATS L.F. 145 A32 F-162-5.4 CONCRETE EROSION CONTROL STRIP L.F. 33,505 A33 F-162-5.5 MANUAL DOUBLE SWING GATE (20-FOOT WIDE) EACH 4 A34 F-162-5.6 MANUAL PEDESTRIAN GATE (4-FOOT WIDE) EACH 6 A35 F-162-5.7 MANUAL SLIDING GATE (20-FOOT WIDE) EACH 3 A36 F-162-5.8 FENCE REMOVAL L.F. 34,799 A37 F-162-5.9 GATE REMOVAL EACH 29 A38 F-162-5.10 FENCE EXTENSION L.F. 53 A39 F-162-5.11 GATE SIGN EACH 17 A40 P-156-5.1 TEMPORARY EROSION CONTROL L.S. 1 A41 T-901-5.1 SEEDING ACRE 15.5 A42 T-904-5.1 SODDING S.Y. 1409 L-110-5.1 NON-ENCASED, ELECTRICAL DUCT BANK, 3-WAY 3"C A43 L.F. 28,500.0 WITH SCHEDULE 40 PVC CONDUIT L-110-5.2 NON-ENCASED, ELECTRICAL DUCT BANK, 3-WAY 3"C A44 L.F. 40 WITH SCHEDULE 80 PVC CONDUIT L-110-5.3 NON-ENCASED, ELECTRICAL DUCT BANK, 3-WAY 3"C A45 WITH SCHEDULE 80 PVC CONDUITAND SAWCUT PAVEMENT L.F. 650 REPAIR L-110-5.4 NON-ENCASED, ELECTRICAL CONDUIT, 1-WAY 1-1/2"C A46 L.F. 710 WITH SCHEDULE 40 PVC CONDUIT L-110-5.5 NON-ENCASED, ELECTRICAL CONDUIT, 1-WAY 1-1/2"C A47 L.F. 25 WITH SCHEDULE 80 PVC CONDUIT L-110-5.6 NON-ENCASED, ELECTRICAL CONDUIT, 1-WAY 1-1/2"C A48 WITH SCHEDULE 80 PVC CON DU IT AND SAWCUT PAVEMENT L.F. 45 REPAIR L-110-5.7 NON-ENCASED, ELECTRICAL CONDUIT, 1-WAY 2"C WITH A49 L.F. 350 SCHEDULE 40 PVC CONDUIT L-115-5.1 PRECAST CONCRETE,AIRCRAFT-RATED, ELECTRICAL A50 EACH 2 HANDHOLE, 21 x 3'W x 3'D, INSTALLED L-115-5.2 CONCRETE ENCASED, PREFABRICATED ELECTRICAL A51 EACH 75 HANDHOLE, SIZE 21 x 3'W x 2'D, INSTALLED TX-247-5.1 FLEXIBLE BASE (COMPLETE IN PLACE), 8"THICKNESS, A52 S.Y. 798 GRADE 1,TYPE D A53 TX-360-5.1 CONCRETE PAVEMENT(7"THICKNESS) S.Y. 663 A54 TX-464-5.1 REINFORCED CONCRETE PIPE(24 IN) (CLASS III) L.F. 48 Bid Form Page 2 of 4 Airport Operations Area Perimeter Fencing-Project No.E15221 Revoi-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT A55 TX-464-5.2 REINFORCED CONCRETE PIPE(DES 1) (ARCH) (CLASS III) L.F. 40 A56 TX-467-5.1 SET(TY II) (24") (CONCRETE) (6:1)(P)WITH PIPE EACH 2 RUNNERS A57 TX-467-5.2 SET(TY II) (DES 1) (CONCRETE) (6:1)(C) EACH 2 A58 TX-529-5.1 CONCRETE CURB(MONO) L.F. 94 SUBTOTAL PART A-BASE BID(Items Al thru A60) PART B-ADDITIVE ALTERNATE I-ADDITIONAL PERIMETER FENCE (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 SS-120-3.1 SITE PREPARATION L.S. 1 B2 SS-120-3.2 TEMPORARY CHAIN-LINK FENCE L.F. 1,100 F-162-5.1 8-FOOT CHAIN-LINK FENCE WITH 3-STRAND BARBED B3 L.F. 5,532 WIRE B4 F-162-5.4 CONCRETE EROSION CONTROL STRIP L.F. 5,532 B5 F-162-5.7 MANUAL SLIDING GATE (20-FOOT WIDE) EACH 1 B6 F-162-5.8 FENCE REMOVAL L.F. 6,163 B7 F-162-5.9 GATE REMOVAL EACH 1 B8 F-162-5.11 GATE SIGN EACH 1 B9 T-901-5.1 SEEDING ACRE 2.5 SUBTOTAL PART B-ADDITIVE ALTERNATE I-ADDITIONAL PERIMETER FENCE (Items B1 thru B9) Part C-ADDITIVE ALTERNATE II-ADDITIONAL PERIMETER FENCE(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl SS-120-3.1 SITE PREPARATION L.S. 1 F-162-5.1 8-FOOT CHAIN-LINK FENCE WITH 3-STRAND BARBED C2 WIRE L.F. 7,015 C3 F-162-5.4 CONCRETE EROSION CONTROL STRIP L.F. 7,015 C4 F-162-5.8 FENCE REMOVAL L.F. 7,015 C5 T-901-5.1 SEEDING ACRE 3.2 SUBTOTAL PART C-ADDITIVE ALTERNATE 11-ADDITIONAL PERIMETER FENCE (Items Cl thru C5) Part D-ADDITIVE ALTERNATE III-GATE 3B(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 SS-120-3.1 SITE PREPARATION L.S. 1 D2 SS-300-5.5 TERMINAL COMMUNICATIONS CENTER IMPROVEMENTS L.S. 1 SS-350-5.8 GATE 313 AUTOMATIC SLIDING CANTILEVER GATE AND D3 L.S. 1 OPERATOR SYSTEM, INSTALLED D4 I F-162-5.5 MANUAL DOUBLE SWING GATE (20-FOOT WIDE) EACH -1 SUBTOTAL PART D-ADDITIVE ALTERNATE III-GATE 3B(D1 THRU D4) Part E-ADDITIVE ALTERNATE IV-GATE 43B(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 SS-120-3.1 SITE PREPARATION L.S. 1 E2 SS-300-5.5 TERMINAL COMMUNICATIONS CENTER IMPROVEMENTS L.S. 1 SS-350-5.9 GATE 43B AUTOMATIC SLIDING CANTILEVER GATE AND E3 OPERATOR SYSTEM, INSTALLED L.S. 1 E4 F-162-5.5 MANUAL DOUBLE SWING GATE (20-FOOT WIDE) EACH -1 SUBTOTAL PART E-ADDITIVE ALTERNATE IV-GATE 43B(E1 THRU E4) Bid Form Page 3 of 4 Airport Operations Area Perimeter Fencing-Project No.E15221 Revoi-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT SUMMARY SUBTOTAL PART A- BASE BID(Items Al thru A60) TOTAL PROJECT BASE BID(PART A) SUBTOTAL PART B-ADDITIVE ALTERNATE I-ADDITIONAL PERIMETER FENCE (Items B1 thru 139) TOTAL PROJECT ADDITIVE ALTERNATE NO. I (PART B) SUBTOTAL PART C-ADDITIVE ALTERNATE 11-ADDITIONAL PERIMETER FENCE (Items Cl thru C5) TOTAL PROJECT ADDITIVE ALTERNATE NO. II (PART C) SUBTOTAL PART D-ADDITIVE ALTERNATE III-GATE 3B(D1 THRU D4) TOTAL PROJECT ADDITIVE ALTERNATE NO. III (PART D) SUBTOTAL PART E-ADDITIVE ALTERNATE IV-GATE 43B(E1 THRU E4) TOTAL PROJECT ADDITIVE ALTERNATE NO. IV(PART E) Contract Times Bidder agrees to reach Substantial Completion in 1 325 Idays Bidder agrees to reach Final Completion in 355 days Bid Form Page 4 of 4 Airport Operations Area Perimeter Fencing-Project No.E15221 Revoi-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder(includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Airport Operations Area Perimeter Fencing Project No. E15221 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTT7— PURCHASING DIVISION City off CITY OF CORPUS CHRISTI City DISCLOSURE OF INTEREST c�tr City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 82. Partnership B 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2015 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (-rrnc or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Airport Operations Area Perimeter Fencing Project Project No. E15221 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006- 1 Airport Operations Area Perimeter Fencing Project No. E15221 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516-1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures.The Project Manager and Project Superintendent shall maintain a respectful and professional working environment as exemplified in their speech and conduct. Use of offensive speech such as swearing, profane remarks, insults, lewd joking, and sexual harassment will not be tolerated at the job site. A minimum of three (3) references must be submitted to exemplify the professional character and interpersonal skills of the Project Manager and Project Superintendent from previous projects other than at the Corpus Christi International Airport. Resumes detailing the professional experience of the Project Manager and Project Superintendent are also required and subject to approval by the City of Corpus Christi and the FAA. Failure to provide Project Manager and Project Superintendent resumes and a minimum of three (3) references (shall) result in the disqualification of the Bidder and (shall)void the award of the Contract.The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. E. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. Statement of Experience 004516-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-4 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-5 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-6 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 Table 4—Not Applicable Statement of Experience 004516-9 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 ARTICLE 3—CERTIFICATION 3.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516-10 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 10-6-2015 00 52 23 AGREEMENT This Agreement,for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Airport Operations Area Perimeter Fencing Project Project No. E15221 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver, LLC 3755 S.Capital of Texas Highway,Suite 325 Austin,Tx 78704 2.02 The Owner's Authorized Representative for this Project is: To Be Determined ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 005223- 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$1200 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of CAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts,vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services Agreement 005223-5 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev.01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction ......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands ....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site .............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment, and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 00 72 00- 1 Corpus Christi Standards- Regular Projects 03-23-2015 6.03 Insu ra nce.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9 —Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200- 2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price ........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work .......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200- 3 Corpus Christi Standards- Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver ...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards- Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy ......................................................................60 General Conditions 007200-5 Corpus Christi Standards- Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement -The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents -The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards- Regular Projects 03-23-2015 13. Change Proposal -A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim -A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern -Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products,wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; C. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents -Those items designated as Contract Documents in the Agreement. 20. Contract Price -The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards- Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team -Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective -When applied to Work, refers to Work that is unsatisfactory,faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings -The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards- Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations -Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens -Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification -Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award -The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees- Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards- Regular Projects 03-23-2015 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR -The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values -A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site- Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 007200- 10 Corpus Christi Standards- Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines, conduits, ducts, cables,wires, manholes, vaults,tanks,tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work-The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 007200- 11 Corpus Christi Standards- Regular Projects 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 007200- 12 Corpus Christi Standards- Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; C. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 007200- 13 Corpus Christi Standards- Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 007200- 14 Corpus Christi Standards- Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; C. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200- 15 Corpus Christi Standards- Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200- 16 Corpus Christi Standards- Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1,for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g.fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 007200- 17 Corpus Christi Standards- Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; C. Damage to other adjacent land or areas; and General Conditions 007200- 18 Corpus Christi Standards- Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods,techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 007200- 19 Corpus Christi Standards- Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or C. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions 007200-20 Corpus Christi Standards- Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 007200-21 Corpus Christi Standards- Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 007200-22 Corpus Christi Standards- Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 007200-23 Corpus Christi Standards- Regular Projects 03-23-2015 ARTICLE 6—BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503,Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay,give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 007200-24 Corpus Christi Standards- Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (i) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; J• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; p• q• Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim • Required • Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price • Required • Not Required Installation Floater Equal to Contract Price • Required • Not Required Owner's Protective Liability Equal to Contractor's liability insurance x Required • Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements Airport Operations Area Perimeter Fencing Project No. E15221 007201-1 Rev 01-13-2016 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01- 2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01- 3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01- 4 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01- 5 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements 00 72 01- 6 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01- 7 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. Insurance Requirements 00 72 01- 8 Airport Operations Area Perimeter Fencing Project No. [15221 Rev 01-13-2016 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Insurance Requirements 00 72 01- 9 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. E15221 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX -45 Heavy Pipeline - On -Shore Pipeline Construction TX -46 Heavy Pipeline -Off -Shore Construction TX -342 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) TX -75 Heavy Dredging projects along the Texas gulf coast area including all public channels, harbors, rivers, tributaries and the Gulf Intracoastal Waterways. TX -81 Heavy Tunnel Construction Projects (Bored, 48" In Diameter Or More) General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. E15221 007202-2 REV 06-12-2015 Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the 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$10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 01/08/2016 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough $ 16.85 Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. [15221 007202-3 REV 06-12-2015 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within mthe 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. Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. [15221 007202-4 REV 06-12-2015 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 Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. [15221 007202-5 REV 06-12-2015 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. 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 Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. E15221 007202-6 REV 06-12-2015 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements Airport Operations Area Perimeter Fencing Project No. E15221 007202-7 REV 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY Disadvantaged Business Enterprise (DBE) Utilization (FAA FORM 010460 — DBE PARTICIPATION REPORTING) The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): ❑ The bidder/offeror is committed to a minimum 8.87% DBE utilization on this contract. ❑ The bidder/offeror (if unable to meet the DBE goal of 8.87%) is committed to a minimum of % utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: By: (Signature) (Title) Minority/MBE/DBE Participation Policy Airport Operations Area Perimeter Fencing Project No. E15221 00 72 03 - 1 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offeror's Firm: Name of DBE Firm: Address: City, State, Zip: Telephone(s): Description of Work to be performed by DBE firm: The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. By: (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy Airport Operations Area Perimeter Fencing Project No. E15221 00 72 03 - 2 Schedule of DBE Unavailability Complete the following schedule if DBE goal is not met. Include DBE contractors that were contacted but unable to complete work on the project. (Name of Prime Contractor) Name of DBE Contractor Contact Person Contact Number Description of Work to be performed by DBE firm Reason Unavailable The undersigned certifies that the above DBE(s) was/Were contacted, in good faith, and the said DBE(s) was/Were unable to submit an acceptable responsive bid. Failure to fill out DBE forms is a ground for rejection of the bid. The making of a material misrepresentation is a ground for consideration for disqualification. (Signature) Minority / MBE / DBE Participation Policy Airport Operations Area Perimeter Fencing Project No. E15221 (Title) END OF SECTION (Date) 007203-3 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Garver, LLC ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 4 April 3 October 4 May 4 November 4 June 4 December 4 3. A total of 42 rain days have been set for this Project. An extension of time due to rain days will be considered only after 42 rain days have been exceeded in a calendar year Supplementary Conditions Airport Operations Area Perimeter Fencing Project No. E15221 007300-1 11-25-2013 and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: NONE. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: a. CCIA Perimeter Fence Topographic Survey and Property Survey, LNV Engineering, 02/17/2016 - The Contractor may rely on the following Technical Data in using this document: 1) All information presented with regard to material type and general location. SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees. END OF SECTION Supplementary Conditions Airport Operations Area Perimeter Fencing Project No. E15221 007300-2 11-25-2013 00 74 00 SPECIAL CONDITIONS FOR THE FEDERAL AVIATION ADMINISTRATION ARTICLE 1— GENERAL 1.01 FUNDING AGENCY REQUIREMENTS A. This Project is funded in whole or in part by the Federal Aviation Administration (Funding Agency). The Funding Agency requires specific conditions and reporting as a condition for providing this funding. The conditions and reporting forms of the Funding Agency are included in the Contract Documents. The Funding Agency requirements govern in the event of any conflict between the Funding Agency requirements and any other provision of the Contract Documents. B. The applicable Funding Agency conditions and reporting forms are as follows: Specification Section Title Funding Agency Document No. 00 74 01 General Provisions AC 150/5370-1OG END OF SECTION Special Conditions for the Federal Aviation Administration Airport Operations Area Perimeter Fencing Project No. E15221 007400-1 11-25-2013 AC 150/5370-1 OG 7/21/2014 00 74 01 - GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-1 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-2 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-3 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-4 AIRPORT IMPROVEMENT PROGRAM (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-5 AIR OPERATIONS AREA (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-6 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airp 10-7 ort buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-8 ASTM INTERNATIONAL (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-9 AWARD. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-12 CALENDAR DAY. Every day shown on the calendar. 10-13 CHANGE ORDER. 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 work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-14 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. 00 74 01-1 AC 150/5370-1 OG 7/21/2014 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-16 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-17 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-18 CONTRACTOR'S LABORATORY. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-19 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-20 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-21 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-22 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-23 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-24 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-25 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-26 FORCE ACCOUNT. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-27 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-28 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited 00 74 01-2 AC 150/5370-1 OG 7/21/2014 standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-29 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-30 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-31 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-32 MATERIALS. Any substance specified for use in the construction of the contract work. 10-33 NOTICE TO PROCEED (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-34 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-35 PASSENGER FACILITY CHARGE (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-36 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-37 PAYMENT BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-38 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-39 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-40 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-41 PROPOSAL. 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. 10-42 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-43 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-44 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 00 74 01-3 AC 150/5370-1 OG 7/21/2014 10-45 SPONSOR. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. 10-46 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-47 SUBGRADE. The soil that forms the pavement foundation. 10-48 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-49 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-50 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-51 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-52 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-53 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 00 74 01-4 AC 150/5370-1 OG 7/21/2014 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-1 ADVERTISEMENT (NOTICE TO BIDDERS). 20-2 QUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-3 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-4 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-5 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled 00 74 01-5 AC 150/5370-10G 7/21/2014 ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-6 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. 20-7 PREPARATION OF PROPOSAL. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. 20-8 RESPONSIVE AND RESPONSIBLE BIDDER. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-9 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 00 74 01-6 AC 150/5370-1 OG 7/21/2014 20-11 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by fax or email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 00 74 01-7 AC 150/5370-1 OG 7/21/2014 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-1 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-2 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-3 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. 30-4 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-5 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-6 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-7 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have 00 74 01-8 AC 150/5370-10G 7/21/2014 been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-8 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 00 74 01-9 AC 150/5370-1 OG 7/21/2014 SECTION 40 SCOPE OF WORK 40-1 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-2 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-3 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-4 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work". Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. 00 74 01-10 AC 150/5370-10G 7/21/2014 Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-5 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire- rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-6 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-7 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, 00 74 01-11 AC 150/5370-10G 7/21/2014 b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-8 FINAL CLEANUP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 00 74 01-12 AC 150/5370-1 OG 7/21/2014 SECTION 50 CONTROL OF WORK 50-1 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-2 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-3 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); 00 74 01-13 AC 150/5370-1OG 7/21/2014 contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. 50-4 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three copies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-5 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-6 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): .dwg or .dgn. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or 00 74 01-14 AC 150/5370-10G 7/21/2014 shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100 -foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50 -foot (15-m) stations Subgrade blue tops at 25 -foot (7.5-m) stations and 25 -foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25 -foot (7.5-m) stations and 25 -foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas — minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 -foot (30-m) stations. b. Between Lifts at 25 -foot (7.5-m) stations for the following section locations: (1) Runways — each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50 -foot (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 -foot (15-m) stations and at all break points with maximum of 50 -foot (15-m) offsets. e. Fence lines at 100 -foot (30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull 00 74 01-15 AC 150/5370-10G 7/21/2014 boxes and manholes. g. Drain lines, cut stakes and alignment on 25 -foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-7 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-8 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-9 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless 00 74 01-16 AC 150/5370-10G 7/21/2014 otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70- 14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such 00 74 01-17 AC 150/5370-1OG 7/21/2014 partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 00 74 01-18 AC 150/5370-10G 7/21/2014 SECTION 60 CONTROL OF MATERIALS 60-1 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: N/A. 60-2 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 00 74 01-19 AC 150/5370-10G 7/21/2014 60-3 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-4 PLANT INSPECTION. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-5 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building for the use of the field Engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be 00 74 01-20 AC 150/5370-10G 7/21/2014 separate from any building used by the Contractor. The Contractor shall furnishwater, sanitary facilities, heat, air conditioning, and electricity. The Contractor and the Contractor's superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials used into the work. 60-6 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-7 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-8 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner - furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 00 74 01-21 AC 150/5370-10G 7/21/2014 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-2 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-3 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-4 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Owner Person to Contract (Phone Number) CCIA Dept Public Safety (361) 289-0171 ext. 1257 CCIA Administration (361) 289-0171 ext. 1210 Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-5 FEDERAL AID PARTICIPATION. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this 00 74 01-22 AC 150/5370-10G 7/21/2014 contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-6 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety. 70-7 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-8 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 4 feet apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and 00 74 01-23 AC 150/5370-1OG 7/21/2014 markings for hazards until their removal is directed by the Engineer. Open -flame type lights shall not be permitted. 70-9 USE OF EXPLOSIVES. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or her surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain 00 74 01-24 AC 150/5370-1 OG 7/21/2014 a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: The Contractor shall examine the construction safety and phasing plan to determine the level of effort necessary to permit beneficial occupancy by the Owner. Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this 00 74 01-25 AC 150/5370-10G 7/21/2014 section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: The Contractor shall consult the plans for approximate locations of utilities. It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following: 00 74 01-26 AC 150/5370-10G 7/21/2014 a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point - of -Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of -Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. 00 74 01-27 AC 150/5370-10G 7/21/2014 Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 00 74 01-28 AC 150/5370-1 OG 7/21/2014 SECTION 80 EXECUTION AND PROGRESS 80-1 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 50 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. 80-2 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-3 EXECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-4 LIMITATION OF OPERATIONS. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: 00 74 01-29 AC 150/5370-1OG 7/21/2014 The Contractor shall consult the CSPP for all AOA limitations and requirements. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-5 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced 00 74 01-30 AC 150/5370-10G 7/21/2014 does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-6 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-7 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the 00 74 01-31 AC 150/5370-10G 7/21/2014 notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-8 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner 00 74 01-32 AC 150/5370-10G 7/21/2014 should the Contractor fail to complete the work in the time provided in their contract. Schedule Liquidated Damages Cost Allowed Construction Time Base Bid $1200 per calendar day of delay 325 calendar days AA1 $1200 per calendar day of delay No Additional Calendar Days AA2 $1200 per calendar day of delay No Additional Calendar Days AA3 $1200 per calendar day of delay No Additional Calendar Days AA4 $1200 per calendar day of delay No Additional Calendar Days The maximum construction time allowed for Schedule "Base Bid" and any combination of Additive Alternates will be the sum of the time allowed for individual schedules but not more than 325 days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-9 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. 00 74 01-33 AC 150/5370-1 OG 7/21/2014 All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 500 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 400 feet of an active runway at any time. END OF SECTION 80 00 74 01-34 AC 150/5370-1OG 7/21/2014 SECTION 90 MEASUREMENT AND PAYMENT 90-1 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 Ib (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. 00 74 01-35 AC 150/5370-10G 7/21/2014 When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 %. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. 00 74 01-36 AC 150/5370-10G 7/21/2014 When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-2 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-3 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-4 PAYMENT FOR OMITTED ITEMS. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-5 PAYMENT FOR EXTRA WORK. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-6 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. 00 74 01-37 AC 150/5370-10G 7/21/2014 The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 5 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance 95 percent of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-7 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. 00 74 01-38 AC 150/5370-10G 7/21/2014 d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-8 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-9 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. 00 74 01-39 AC 150/5370-1 OG 7/21/2014 Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 CONSTRUCTION WARRANTY. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within 14 days after the discovery of any failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect, or damage within 30 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 PROJECT CLOSEOUT. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. 00 74 01-40 AC 150/5370-10G 7/21/2014 d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. I. Equipment commissioning documentation submitted, if required. END OF SECTION 90 00 74 01-41 AC 150/5370-1OG 7/21/2014 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-1 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-2 DESCRIPTION OF PROGRAM. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. QUALITY CONTROL PROGRAM. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least 10 calendar days before the associated work begins. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: 00 74 01-42 AC 150/5370-10G 7/21/2014 a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-3 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 1 00-03a and 1 00-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time on-site employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years 00 74 01-43 AC 150/5370-10G 7/21/2014 of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-4 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-5 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal 00 74 01-44 AC 150/5370-1OG 7/21/2014 d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-7 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. 100-8 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections 00 74 01-45 AC 150/5370-10G 7/21/2014 and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-9 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for 00 74 01-46 AC 150/5370-10G 7/21/2014 individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 00 74 01-47 AC 150/5370-1 OG 7/21/2014 SECTION 105 MOBILIZATION 105-1 DESCRIPTION. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 POSTED NOTICES. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 BASIS OF MEASUREMENT AND PAYMENT. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105 00 74 01-48 AC 150/5370-1OG 7/21/2014 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-1 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-2 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X=(x1 +x2+x3+...x„)/n Where: X = Sample average of all sublot values within a lot xl, x2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [012 + d22 + d32+ ... dn2) / (n-1)]112 Where: Sn = Sample standard deviation of the number of sublot values in the set d1, d2 = Deviations of the individual sublot values xl, x2,.. from the average value X that is: d1 = (x1 - X), d2 = (x2 - X) ... do = (xn - X) n = Number of sublots f. For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of 00 74 01-49 AC 150/5370-10G 7/21/2014 the following formula: J. QL=(X-L)/S„ Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL=(X-L)/S„ And Qu=(U-X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) — 100 Where: PL = percent within lower specification limit Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n=4 2. Calculate average density for the lot. X= (Xi +X2+X3+...Xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95% density 3. Calculate the standard deviation for the lot. 00 74 01-50 AC 150/5370-10G 7/21/2014 Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 + (99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]112 Sn=[(1.82+0.16+1.82+0.16)/3]112 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / Sn QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X= (xi +x2+x3...xn)/n X=(5.00+3.74+2.30+3.25)/4 X = 3.57% 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]112 Sn = [(2.04 + 0.03 + 1.62 + 0.10) / 3]112 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/Sn QL = (3.57 - 2.00) / 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu=(U-X)/Sn Qu = (5.00 - 3.57) / 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 8. Calculate Air Voids PWL 00 74 01-51 AC 150/5370-10G 7/21/2014 PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average) / (standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement) / (standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% OR Less than (97.95 - 1.463 x 1.15) = 96.27%. Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Limits (PL and Positive Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 00 74 01-52 AC 150/5370-10G 7/21/2014 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Percent Within Limits (PL and Pu) Negative Values of Q (QL and Qu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 00 74 01-53 AC 150/5370-10G 7/21/2014 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 00 74 01-54 A-58 Airport Safety and Security A-58.1 General Airport safety and security is a vital part of the Contractor's responsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years. The following safety and security guidelines and the rules and regulations of the Corpus Christi International Airport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security and safety caused by the Contractor or the Contactor's employees, subcontractors, suppliers or representatives. A-58.2 Airport Operations Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of the aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A-58.3 Airport Safety Requirements and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron are at Corpus Christi International Airport. The term landing areas is defined as all runway and taxiways, plus 250 feet on either side of runways and 100 feet on either side of taxiways and a distance of 500 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document. These plans must be approved by the Airport Operations Manager prior to issuance of a Notice to Proceed. This safety plan was developed in accordance with Advisory Circular No. 150/5370-2F, "Operational Safety on Airports During Construction". 2. The Contractor shall be required to equip vehicles used by the superintendent and /or foreman on the project with a radio receiver/transmitter (s) for maintain direct communication with the FAA Air Traffic Control Tower (ATCT) at Corpus Christi International Airport. Communication will be required at a frequency of 121.9 MHz. Ground Control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the Operations Manager. The Contractor shall have an adequate number of radios to maintain communication in all areas of work. The Contractor and all personnel that will be working within the AOA shall complete the City's training course on communications, safety, etc. The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor Personnel with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. 3. The Contractor shall perform all temporary pavement markings and barricading in accordance with the attached FAA Advisory Circulars and Orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery- operated flasher -type red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery-operated red lights shall be maintained on all self-propelled equipment at all times during construction. Any equipment not complying with these specifications will be subject to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and /or restricted area whether night or day, shall be marked with flashing safety beacons in accordance with FAA Advisory Circular No. 150/5370-2F. Equipment shall not be unattended at any time during construction in these specified areas. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed or parked in areas designated by Airport Personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nor will be permitted to cross -existing paved areas unless the equipment is pneumatic -tired, or until special means approved by the City have been provided to protect the pavement. 9. The Contractor shall provide barricades to restrict access from taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement. 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance of this work will be promptly removed from Corpus Christi International Airport by the Aviation Department of Public Safety and will not be allowed to work on the project again. 11. Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach. Any open trenches within the 250 -foot limit shall be covered with steel plates capable of carrying air carrier traffic. The location of any stockpile material shall be coordinated with and approved by Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 13. Construction equipment shall not exceed a height of 15 feet above the airport surface. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2F for further information on Airport safety. A-58.4 Airport Security Requirements Contractors involved in construction as described in this specifications and plans will be required to follow the procedures listed below for security clearance during construction. 1. A pre -construction conference will be required with the Operations Manager, the Project Manager, the Construction Manager, the Resident Project Representative and all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the operations Manager. This information is required for a security clearance check only. a. List employees who, at one time or another, will be working on the job site. b. Texas Driver's License numbers of those same employees, date of birth and race. c. List of vehicles and their respective license plates, which may be used on the job site. The Security precautions are an FAA and TSA requirement to the operation of the Airport. Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony. Samples of forms for security badges, background checks, letters of authorization, etc. are included for your familiarity. They follow FAA Advisory Circulars on Airport Safety. The Airport reserves the right to limit the number of badges issued to Contractor Personnel. See "Attachment 2" following this section, which will take precedent over other special provisions in event of conflict, for additional requirements: 1. Federally Required Language 2. CCIA Background Verification Forms 3. FAA Advisory Circular 150/5370-2F Operational Safety on Airports During Construction Corpus Christi International Airport Visitor/Contractor On -Site Permit information is also included in the Appendix. A-59 Conflicts If conflicts arise between FAA General Provisions or requirements in this document with City General Provisions or requirements, FAA General Provisions and requirements will supersede. A-62 Partial Estimates The following paragraph modifies the first sentence of the second paragraph of paragraph B-8-6 - Partial Estimates of the General Provisions: "In determining the Partial payment to be made to the Contractor, the City will retain ten percent (10o) of the total approximate estimate, unless otherwise stated, and will deduct payments previously made." 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. This project is being funded 90% by Federal Aviation Administration AIP funds and 10% by the City of Corpus Christi Funds. B. The base bid for this project consists of the following: 1. Approximately 35,000 LF of Fence Removal 2. Approximately 34,000 LF of 8 -foot three strand barbed wire chain-link fence construction 3. Construction of 6 gates with linear induction gate operators, CCTV, and access controls 4. Construction of Fiber Optic Infrastructure for Gates 5. Various electrical Improvements to the existing security system 6. Pavement reconstruction of 3 concrete drives C. Additive Alternate I for this project consists of the following: 1. Approximately 5,500 LF of additional 8 -foot three strand barbed wire chain-link fence construction D. Additive Alternate II for this project consists of the following: 1. Approximately 7,000 LF of additional 8 -foot three strand barbed wire chain-link fence construction E. Additive Alternate III for this project consists of the following: 1. Construction of an Additional gate with linear induction gate operator, CCTV, and access controls F. Additive Alternate IV for this project consists of the following: 1. Construction of an Additional gate with linear induction gate operator, CCTV, and access controls Summary of Work Airport Operations Area Perimeter Fencing Project No. E15221 01 1100 - 1 Rev 01-13-2016 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. Summary of Work Airport Operations Area Perimeter Fencing Project No. E15221 011100-2 Rev 01-13-2016 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Airport Operations Area Perimeter Fencing Project No. E15221 011100-3 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances Airport Operations Area Perimeter Fencing Project No. E15221 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Part B — Additive Alternate I — Additional Perimeter Fence: 1. Approximately 5,500 LF of additional 8 -foot three strand barbed wire chain-link fence construction B. Part C— Additive Alternate II — Additional Perimeter Fence: 1. Approximately 7,000 LF of additional 8 -foot three strand barbed wire chain-link fence construction C. Part D — Additive Alternate III - Gate 3B: 1. Construction of an Additional gate with linear induction gate operator, CCTV, and access controls D. Part E — Additive Alternate IV - Gate 43B: 1. Construction of an Additional gate with linear induction gate operator, CCTV, and access controls Alternates and Allowances Airport Operations Area Perimeter Fencing Project No. E15221 012310-2 11-25-2013 1.04 DESCRIPTION OF ALLOWANCES (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Airport Operations Area Perimeter Fencing Project No. E15221 012310-3 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. E15221 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. E15221 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. E15221 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. [15221 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. [15221 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. E15221 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. E15221 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Airport Operations Area Perimeter Fencing Project No. E15221 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Airport Operations Area Perimeter Fencing Project No. E15221 012901-1 Rev 01-13-2016 2. Basis of measurement and payment shall be upon the lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by FAA General Provisions section 90-11, the final 10%. See technical specifications for measurement and basis for payment for all other items. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Airport Operations Area Perimeter Fencing Project No. E15221 012901-2 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS - NOT APPLICABLE A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers* are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Josh Crawford, P.E. (Project Manager) Garver 512-485-0009 Carl Gross (Operations Manager) Corpus Christi international Airport (361) 289-0171 x1229 Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number John Hyland (Public Safety) Corpus Christi International Airport (361) 289-0171 x1221 Victor Gonzalez (Construction Manager) Corpus Christi International Airport (361) 289-0171 x1231 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 Air Liquide 713-864-7764 1-800-364-7378 Enerfin Resources 713-888-8600 Enterprise 1-800-895-2396 *This list represents an attempt to provide all relevant utility and city contacts. This is not a complete list of contacts. The contractor is responsible for coordinating with all relevant utility companies, and city departments. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination Airport Operations Area Perimeter Fencing Project No. [15221 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Airport Operations Area Perimeter Fencing Project No. E15221 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management Airport Operations Area Perimeter Fencing Project No. E15221 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management Airport Operations Area Perimeter Fencing Project No. E15221 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management Airport Operations Area Perimeter Fencing Project No. E15221 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Airport Operations Area Perimeter Fencing Project No. E15221 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Airport Operations Area Perimeter Fencing Project No. E15221 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Airport Operations Area Perimeter Fencing Project No. E15221 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management Airport Operations Area Perimeter Fencing Project No. E15221 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Airport Operations Area Perimeter Fencing Project No. E15221 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data F-162 Chain -Link Fence - Fabric 162-2.1 Record Data None None F-162 Chain -Link Fence - Barbed Wire 162-2.2 Record Data None None F-162 Chain -Link Fence - Posts, Rails, And Braces 162-2.3 Record Data None None F-162 Chain -Link Fence - Gates 162-2.4 Record Data None None F-162 Chain -Link Fence - Wire Ties 162-2.5 Record Data None None F-162 Chain -Link Fence - Hardware 162-2.6 Record Data None None F-162 Chain -Link Fence - Concrete 162-2.7 Record Data None None F-162 Chain -Link Fence - Signs 162-2.9 Shop Drawing None None F-162 Chain -Link Fence - Privacy Slats 162-2.10 Record Data None None P-605 Joint Sealants - Joint Sealers 605-2.1 Record Data None None P-605 Joint Sealants - Backer Rod 605-2.2 Record Data None None P-610 Structural Concrete - Concrete 605-2.1 Record Data None None T-901 Seeding - Seed 901-2.1 Record Data None None T-901 Seeding - Fertilizer 901-2.2 Record Data None None T-904 Sodding - Sod 904-2.1 Record Data None None TX -247 Flexible Base 247-2.1 Record Data None None TX -360 Concrete Pavement -Cement 360-2.1 Record Data None None TX -360 Concrete Pavement - Coarse Aggregate 360-2.1 Record Data None None TX -360 Concrete Pavement - Fine Aggregate 360-2.1 Record Data None None TX -360 Concrete Pavement -Admixtures 360-2.1 Record Data None None TX -360 Concrete Pavement - Mix Design 360-2.1 Record Data None None TX -360 Concrete Pavement - Reinforcing Steel 360-2.2 Record Data None None TX -360 Concrete Pavement -Curing Materials 360-2.4 Record Data None None TX -360 Concrete Pavement - Epoxy 360-2.5 Record Data None None TX -360 Concrete Pavement - Evaporation Retardant 360-2.6 Record Data None None TX -360 Concrete Pavement -Joint Sealants and Fillers 360-2.7 Record Data None None TX -464 Reinforced Concrete Pipe 464-2.0 Record Data None None SS -241 Ditch Structure - Concrete 241-2.1 Record Data None None SS -241 Ditch Structure - Pipe 241-2.2 Record Data None None SS -241 Ditch Structure - Grout 241-2.3 Record Data None None SS -300 Wire 300-2.4 Record Data None None SS -300 Fiber Optic Cable 300-2.5 Record Data None O&M Manual SS -300 Fiber Optic Cable Media Converter 300-2.5 Record Data None O&M Manual SS -300 Electrical Tape 300-2.8 Record Data None None SS -300 Circuit Breakers 300-2.10 Record Data None O&M Manual SS -300 Pedestal Enclosure 300-2.11 Shop Drawing None None SS -300 Electrical Panelboard 300-2.12 Shop Drawing None O&M Manual SS -300 Surge Protective Devices 300-2.13 Record Data None O&M Manual SS -300 Dry -Type Transformer 300-2.14 Record Data None O&M Manual SS -300 Area Light Fixture 300-2.15 Record Data None O&M Manual SS -300 Area Light Fixture Mounting Arm 300-2.15 Record Data None None SS -300 Area Light Fixture Precast Concrete Pole 300-2.16 Shop Drawing None None SS -300 PTZ CCTV Camera Precast Concrete Pole 300-2.16 Shop Drawing None None SS -300 Fixed -View CCTV Camera 300-2.17 Record Data None O&M Manual SS -300 PTZ CCTV Camera 300-2.17 Record Data None O&M Manual SS -300 Lightning Protection Air Terminal 300-2.18 Record Data None None SS -300 Lightning Protection Secondary Conductors 300-2.18 Record Data None None SS -300 Lightning Protection Ground Loop Conductor 300-2.18 Record Data None None SS -300 Lockout/Tagout Program 300-3.1 Record Data None None SS -350 Chain -Driven Sliding Gate Operator 350-2.2 Record Data None O&M Manual SS -350 Linear Induction Sliding Gate Operator 350-2.2 Record Data None O&M Manual SS -350 Photodectors & Reflectors 350-2.3 Record Data None O&M Manual SS -350 Vehicle Loop Detector 350-2.4 Record Data None O&M Manual SS -350 Vehicle Loop Detector Wire 350-2.4 Record Data None None SS -350 Timer -to -Close 350-2.5 Record Data None O&M Manual SS -350 Keypad 350-2.6 Record Data None O&M Manual SS -350 Gooseneck Mounting Post 350-2.6 Shop Drawing None None SS -350 Proximity Card Reader 350-2.7 Record Data None O&M Manual SS -350 iStar Access Control Panel 350-2.7 Record Data None O&M Manual Submittal Register Airport Operations Area Perimeter Fencing Project No. E15221 0133 01-1 07-03-2014 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data SS -350 Control Wiring 350-2.9 Record Data None None L-110 Rigid Steel Conduit 110-2.2 Record Data None None L-110 Plastic Conduit 110-2.3 Record Data None None L-110 Conduit Spacers 110-2.5 Record Data None None L-110 Detectable Warning Tape 110-2.8 Record Data None None L-115 Aircraft -Rated Hand holes 115-2.2 Shop Drawing None None L-115 Traffic -Rated Hand holes 115-5.2 Record Data None None L-115 Aircraft -Rated Hand hole Cover 115-2.6 Record Data None None L-115 Traffic -Rated Hand hole Cover 115-2.6 Record Data None None L-115 Cable Tray 115-2.11 Record Data None None L-115 Conduit Terminators 115-2.13 Record Data None None L-115 Pulling Irons 115-2.14 Record Data None None L-115 Ground Rods 115-2.15 Record Data None None Submittal Register Airport Operations Area Perimeter Fencing Project No. E15221 0133 01-2 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description F-163 Chain -Link Fence - Signs SS -300 Pedestal Enclosure SS -300 Electrical Panelboard SS -300 Area Light Fixture Precast Concrete Pole SS -300 PTZ CCTV Camera Precast Concrete Pole SS -350 Gooseneck Mounting Post L-115 Aircraft -Rated Handholes B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-1 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-2 11-25-2013 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-3 11-25-2013 the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-4 11-25-2013 e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-5 11-25-2013 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. Shop Drawings Airport Operations Area Perimeter Fencing Project No. [15221 013302-6 11-25-2013 B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-7 11-25-2013 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 013302-8 11-25-2013 g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. Shop Drawings Airport Operations Area Perimeter Fencing Project No. [15221 013302-9 11-25-2013 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Airport Operations Area Perimeter Fencing Project No. E15221 01 33 02 - 10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description F-162 Chain -Link Fence - Fabric F-162 Chain -Link Fence - Barbed Wire F-162 Chain -Link Fence - Posts, Rails, And Braces F-162 Chain -Link Fence - Gates F-162 Chain -Link Fence - Wire Ties F-162 Chain -Link Fence - Hardware F-162 Chain -Link Fence - Concrete F-162 Chain -Link Fence — Privacy Slats P-605 Joint Sealants - Joint Sealers P-605 Joint Sealants - Backer Rod P-610 Structural Concrete - Concrete T-901 Seeding - Seed T-901 Seeding - Fertilizer T-904 Sodding - Sod TX -247 Flexible Base Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-1 11-25-2013 Specification Section Record Data Description TX -360 Concrete Pavement - Cement TX -360 Concrete Pavement - Coarse Aggregate TX -360 Concrete Pavement - Fine Aggregate TX -360 Concrete Pavement - Admixtures TX -360 Concrete Pavement - Mix Design TX -360 Concrete Pavement - Reinforcing Steel TX -360 Concrete Pavement - Curing Materials TX -360 Concrete Pavement - Epoxy TX -360 Concrete Pavement - Evaporation Retardant TX -360 Concrete Pavement - Joint Sealants and Fillers TX -464 Reinforced Concrete Pipe SS -241 Ditch Structure - Concrete SS -241 Ditch Structure - Pipe SS -241 Ditch Structure - Grout SS -300 Wire SS -300 Fiber Optic Cable SS -300 Fiber Optic Cable Media Converter SS -300 Electrical Tape SS -300 Circuit Breakers SS -300 Surge Protective Devices SS -300 Dry -Type Transformer SS -300 Area Light Fixture SS -300 Area Light Fixture Mounting Arm SS -300 Fixed -View CCTV Camera SS -300 PTZ CCTV Camera SS -300 Lightning Protection Air Terminal SS -300 Lightning Protection Secondary Conductors SS -300 Lightning Protection Ground Loop Conductor SS -300 Lockout/Tagout Program SS -350 Chain -Driven Sliding Gate Operator SS -350 Linear Induction Sliding Gate Operator SS -350 Photodectors & Reflectors SS -350 Vehicle Loop Detector SS -350 Vehicle Loop Detector Wire SS -350 Timer -to -Close SS -350 Keypad SS -350 Proximity Card Reader SS -350 iStar Access Control Panel SS -350 Control Wiring L-110 Rigid Steel Conduit L-110 Plastic Conduit L-110 Conduit Spacers L-110 Detectable Warning Tape L-115 Traffic -Rated Handholes L-115 Aircraft -Rated Handhole Cover L-115 Traffic -Rated Handhole Cover L-115 Cable Tray Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-2 11-25-2013 Specification Section Record Data Description L-115 Conduit Terminators L-115 Pulling Irons L-115 Ground Rods B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-3 11-25-2013 2. Weights, gauges, materials of construction, external connections, anchors, and supports required, 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-4 11-25-2013 b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-5 11-25-2013 specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-6 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Airport Operations Area Perimeter Fencing Project No. E15221 013303-7 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Airport Operations Area Perimeter Fencing Project No. E15221 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule Airport Operations Area Perimeter Fencing Project No. E15221 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule Airport Operations Area Perimeter Fencing Project No. E15221 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Airport Operations Area Perimeter Fencing Project No. E15221 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Airport Operations Area Perimeter Fencing Project No. [15221 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Airport Operations Area Perimeter Fencing Project No. E15221 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. See Construction Safety and Phasing Plans within the set of construction plans for construction sequence. B. Work shall be completed within the specified time for these items: 1. See Construction Safety and Phasing Plans within the set of construction plans for specified time for these items. C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures Airport Operations Area Perimeter Fencing Project No. E15221 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS — NOT APPLICABLE A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation 11 ax Timn masa--ri'rr'�z can hn Chut Down d tlamages B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. NONE 2. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. NONE 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in advising them of nomenclature on specific signs to be installed throughout the length of the proposed fence. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Airport Operations Area Perimeter Fencing Project No. E15221 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management Airport Operations Area Perimeter Fencing Project No. [15221 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management Airport Operations Area Perimeter Fencing Project No. E15221 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Airport Operations Area Perimeter Fencing Project No. E15221 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. See Specification SS -120 Site Preparation for Temporary field office requirements. C. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. Temporary Facilities and Controls Airport Operations Area Perimeter Fencing Project No. E15221 015000-2 11-25-2013 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. Temporary Facilities and Controls Airport Operations Area Perimeter Fencing Project No. E15221 015000-3 11-25-2013 B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Airport Operations Area Perimeter Fencing Project No. E15221 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls Airport Operations Area Perimeter Fencing Project No. [15221 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls Airport Operations Area Perimeter Fencing Project No. E15221 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Airport Operations Area Perimeter Fencing Project No. E15221 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.10 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Creek. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Temporary Controls Airport Operations Area Perimeter Fencing Project No. E15221 015700-4 11-25-2013 Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.11 DISPOSAL OF CONTAMINATED GROUNDWATER — NOT APPLICABLE 1.12 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.13 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. Temporary Controls Airport Operations Area Perimeter Fencing Project No. E15221 015700-5 11-25-2013 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Airport Operations Area Perimeter Fencing Project No. E15221 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Airport Operations Area Perimeter Fencing Project No. E15221 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Airport Operations Area Perimeter Fencing Project No. E15221 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Airport Operations Area Perimeter Fencing Project No. E15221 017000-3 11-25-2013 ITEM SS -101 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) DESCRIPTION 101-1.1 The Contractor shall thoroughly review the approved Construction Safety and Phasing Plan (CSPP) and shall comply with approved CSPP. The Contractor shall certify such compliance by completing the attached SPCD and submitting to the Engineer for approval. SS -101-1 Contractor Safety Plan Compliance Documents Owner Name: City of Corpus Christi Airport: Corpus Christi International Airport Project Description: Airport Operations Area Perimeter Fencing Contractor: Each item listed below corresponds to a specific section of the approved CSPP. The Contractor shall certify that he/she will comply with each section of the approved CSPP. Each certified section with a "no" response must be fully explained in an attachment to the SPCD. The document shall be signed and dated by a principle or owner in the Contractor's company. All other requested information shall be completed by the Contractor and submitted to the Engineer for approval as part of the SPCD. 1. Section 1 - Correspondence: This project shall be completed in accordance with Section 1 "Coordination" of the approved Construction Safety Plan Compliance Document. Owner: City of Corpus Chrisiti Contact: Phone: Engineer: Garver Project Manager: Frank Mclllwain, PE Phone: 972-377-7480 Project Engineer: Josh Crawford, PE Phone: 512-485-0009 Construction Observer: Phone: Materials Testing: Phone: Contractor: Project Manager: Phone: Superintendent: Phone: Subcontractors: Phone: LIST ALL SUBS Yes No 2. Section 2 - Phasing: This project shall be completed in accordance with Section 2 "Phasing" of the approved Construction Safety Plan Compliance Document. Yes No 3. Section 3 — Areas of Operations Affected by Construction Activity: This project shall be completed in accordance with Section 3 "Areas of Operations Affected by Construction Activity" of the approved Construction Safety Plan Compliance Document. Yes No SS -101-2 4. Section 4 — Protection of Navigational Aids (NAVAIDS): This project shall be completed in accordance with Section 4 "Protection of Navigational Aids (NAVAIDS)" of the approved Construction Safety Plan Compliance Document. Yes No 5. Section 5 — Contractor Access: This project shall be completed in accordance with Section 5 "Contractor Access" of the approved Construction Safety Plan Compliance Document. Yes No 6. Section 6 — Wildlife Management: This project shall be completed in accordance with Section 6 "Wildlife Management" of the approved Construction Safety Plan Compliance Document. Yes No 7. Section 7 — Foreign Object Debris (FOD) Management: This project shall be completed in accordance with Section 7 "Foreign Object Debris (FOD) Management" of the approved Construction Safety Plan Compliance Document. Yes No 8. Section 8 — Hazardous Materials (HAZMAT) Management: This project shall be completed in accordance with Section 8 "Hazardous Materials (HAZMAT) Management" of the approved Construction Safety Plan Compliance Document. Yes No 9. Section 9 — Notification of Construction Activities: This project shall be completed in accordance with Section 9 "Notification of Construction Activities" of the approved Construction Safety Plan Compliance Document. Yes No 10. Section 10 — Inspection Requirements: This project shall be completed in accordance with Section 10 "Inspection Requirements" of the approved Construction Safety Plan Compliance Document. Yes No 11. Section 11 — Underground Utilities: This project shall be completed in accordance with Section 11 "Underground Utilities" of the approved Construction Safety Plan Compliance Document. Yes No 12. Section 12 — Penalties: This project shall be completed in accordance with Section 12 "Penalties" of the approved Construction Safety Plan Compliance Document. Yes No 13. Section 13 — Special Conditions: This project shall be completed in accordance with Section 13 "Special Conditions" of the approved Construction Safety Plan Compliance Document. SS -101-3 Yes No 14. Section 14 — Runway and Taxiway Visual Aids: This project shall be completed in accordance with 14 "Runway and Taxiway Visual Aids" of the approved Construction Safety Plan Compliance Document. Yes No 15. Section 15 — Marking and Signs for Access Routes: This project shall be completed in accordance with Section 15 "Marking and Signs for Access Routes" of the approved Construction Safety Plan Compliance Document. Yes No 16. Section 16 — Hazard Marking and Lighting: This project shall be completed in accordance with Section 16 "Hazard Marking and Lighting" of the approved Construction Safety Plan Compliance Document. Yes No 17. Section 17 — Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces: This project shall be completed in accordance with Section 17 "Protection of Safety Areas, Object Free Areas, Object Free Zones, and Approach / Departure Surfaces" of the approved Construction Safety Plan Compliance Document. Yes No 18. Section 18 — Other Limitations on Construction: This project shall be completed in accordance with Section 18 "Other Limitations on Construction" of the approved Construction Safety Plan Compliance Document. Yes No I certify that, for the project identified herein, the responses to the foregoing items are correct as marked, and that I shall comply with the approved Construction Safety and Plan. Signed: Date: Contractor's Authorized Representative Print Name and Title of Contractor's Representative END OF ITEM SS -101 SS -101-4 ITEM SS -110 STANDARD SPECIFICATIONS GENERAL 110-1.1 The standard specifications of the Texas Department of Transportation are bound in a book titled Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. These specifications are referred to herein as "Standard Specifications." The edition published November 1, 2014 shall apply. A copy of these "Standard Specifications" may be obtained from TxDOT online or at their customary charge. INCORPORATION AND MODIFICATION 110-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these Technical Specifications. Such parts are incorporated herein by reference to the proper section or paragraph number. The individual specification numbers noted herein may be different from those in the latest edition of the "Standard Specifications." The most current specification number shall apply. Each such referenced part shall be considered to be a part of these Contract Documents as though copied herein in full. 110-2.2 Certain referenced parts of the Standard Specifications are modified in the Specifications that follow. In case of conflict between the Standard Specifications and the Specifications that follow, the Specifications that follow shall govern. 110-2.3 Individual material test numbers change from time to time. Use the latest applicable test. 110-2.4 Reference in the Standard Specifications to the "Department" is herein changed to the "Owner". MEASUREMENT AND PAYMENT 110-3.1 All measurements and payments are defined within the specifications and modification pages contained within these documents. Any specifications that is referred to but not included in the specification/contract documents shall be considered subsidiary to the item in which it is contained. END OF ITEM SS -110 SS -110-1 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 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. Furnishing Temporary Field Office 2. Contractor's Access/Haul Road 3. Contractor's Staging Areas 4. Airport Security Requirements 5. Airport Safety Requirements 6. Instrument Control 7. Clean Up 8. Removal and Disposal of Structures 9. Utility and Pipeline Company Coordination (SS -121) The item "Temporary Chain -Link Fencing" shall include: 10. Temporary Chain -Link Fencing CONSTRUCTION METHODS 120-2.1 FURNISHING TEMPORARY FIELD OFFICE. The building for the temporary field office shall be for the exclusive use by the Engineer and Resident Project Representative 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. SS -120-1 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 megabytes per second. This service shall be provided for the length of the contract or construction project, whichever is greater. Furnishing the field office will not be measured for separate payment, but will be considered subsidiary to "Site Preparation." The building shall remain the property of the Contractor and be returned to him at the close of the construction period. 120-2.2 CONTRACTORS 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. 120-2.3 CONTRACTORS 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 temporary fence, will not be measured for separate payment but will be considered subsidiary to the bid item "Site Preparation." 120-2.4 AIRPORT SECURITY REQUIREMENTS. The Contractor shall abide by the Airport Security requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of the plans. Also included in this item is the requirement for security guards while 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." 120-2.5 AIRPORT SAFETY REQUIREMENTS. The Contractor shall abide by the Airport Safety requirements that are outlined in the Construction Safety and Phasing Plan (CSPP) of 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." 120-2.6 INSTRUMENT CONTROL. The Contractor will be furnished survey baselines and benchmarks to control the work as shown on the Plans. The Contractor shall be responsible for the additional instrument control necessary to layout and construct the work. The Contractor shall provide the instrument control as provided for in Section 50 of the General Provisions. The Contractor's instrument control of the work shall not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation". 120-2.7 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. SS -120-2 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. 120-2.8 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 or measured for separate payment elsewhere. 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 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 embankment description in SS -140. SS -120-3 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 existing ditch structures along the existing fence line shall be measured and paid for per each structure identified in the plans. The removal and disposal of the various items covered by this specification and not otherwise measured for separate payment, will be subsidiary to the bid item "Site Preparation". 121-1.1 UTILITY AND PIPELINE COMPANY COORDINATION This item covers the requirements for coordinating with all utility and pipeline companies with easements, pipelines, and/or utilities within the project limits. See specification SS -121 for more information. 120-2.9 TEMPORARY CHAIN-LINK FENCING. Temporary chain-link fencing, as commonly used across the industry, shall be erected as existing fence is removed to maintain airport security. Temporary fencing shall be tied into existing fencing in a way as to prevent access to airport property by wildlife and persons and as approved by the Engineer. Temporary chain link -fence shall be installed according to the details in the plans. The contractor is permitted to re -use undamaged material from fence removed on site in order to construct the temporary fencing. Costs associated with the erection and removal of temporary fencing shall be measured and paid by the bid item "Temporary Fencing." MEASUREMENT AND PAYMENT 120-3.1 Site preparation 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 "Site Preparation," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. 120-3.2 Temporary Fencing will be measured per linear foot erected and subsequently removed. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Work completed and accepted under this item will be paid for at the contract linear foot price bid for "Temporary Chain -Link Fence," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. This is a plan quantity item, there shall be no overruns for this item. Any additional temporary fence used and not specified in the plans shall be considered subsidiary to Site Preparation. Payment for temporary fencing shall be made after fencing is removed and the area is repaired unless otherwise approved by the engineer. Payment will be made under: Item SS -120-3.1 Item SS -120-3.2 Site Preparation - per Lump Sum Temporary Chain -Link Fence - per Linear Foot END OF ITEM SS -120 SS -120-4 ITEM SS -121 Utility and Pipeline Company Coordination GENERAL 121-1.1 This item covers the requirements for coordinating with all utility and pipeline companies with easements, pipelines, and/or utilities within the project limits. COORDINATION Contractor must adhere to all requirements within the plans and specifications in regards to utilities and pipelines within project limits. Contractor must contact Texas811 (Phone number: 1-800-669-8344) before beginning any construction activities in order to locate utilities and pipelines within project limits. In the event that utilities are discovered that are not shown in the plans, no additional time shall be awarded and the contractor must coordinate with the OAR and Utility Company. 121-2.1 DRIVE RECONSTRUCTION The drive to be reconstructed at Gate 31B is the only known drive to be reconstructed that includes pipelines crossing underneath. The instructions within this specification must be adhered to for all drives to be reconstructed in case pipelines are discovered to be near those drives. There are known fiber optic utilities at Gates 31 B and 34B. During mobilization, the contractor must coordinate with all pipeline and utility companies with pipelines, easements, fiber and/or utilities near any proposed drive reconstruction before beginning any work. Contractor must wait for approval of work from the pipeline companies and their encroachment departments before beginning work near the driveways. The contractor must adhere to requirements by the pipline companies in order to receive approval of construction. This can include pipeline depth verification by hydroexcavation or other methods required by the pipeline company. Pipeline depth verification is not anticipated. The contractor will NOT be required to lower, reroute or otherwise modify any pipeline under this item. The guidelines for right-of-way encroachment for Enerfin Resources are provided at the end of these specifications. The information for the pipeline companies with pipelines crossing the drive at Gate 31 B are below: Enerfin Resources Company General Phone: 713-888-8600 General Phone: 713-888-8629 Email: ContractManagement©enerfin.com Air Liquide General Phone: 713-864-7764 General Phone: 1-800-364-7378 Enterprise Products Jay Johnson General Phone: 1-800-895-2396 Office: 281 -887-3373 Email: jarjohnson©eprod.com SS -121-1 For a more extensive list of contacts for utility companies see specification 01 31 00. 121-2.2FENCE, FIBER, AND ELECTRICAL CONSTRUCTION Contractor must contact pipeline companies with pipelines near the project site. Pipeline companies may require a representative to be onsite while work is conducted. Contractor must locate all utilities within/near the project site. Contractor shall coordinate with the utility companies regarding any conflicts. MEASUREMENT AND PAYMENT 121-3.1 Utility and Pipeline Company Coordination shall not be measured or paid for separately but considered subsidiary to site preparation. The guidelines for right-of-way encroachment for Enerfin Resources are provided below: 1011EiNor /V Right -of -Way Encroachment Guidelines In a continuing effort to provide a safe environment for persons working on or near pipelines operated by Enerfin, the following Right -of -Way restrictions will apply to all work. Deviations from these restrictions will not be allowed without the express written consent of Enerfin. Enerfin operates its pipelines in accordance with the regulations of the U.S. Department of Transportation and other state and local agencies and will enforce any restrictions necessary to protect the pipelines, properties, and safety of the public. Detailed plans (plan and profile) for proposed construction in the vicinity of the Enerfin pipelines must be submitted to Enerfin for review and approval to determine to what extent, if any, the pipeline right-of-way will be affected by the proposed construction or development. See submission address below. GENERAL RESTRICTIONS 1. In accordance with State and Federal laws, contractors must contact the appropriate One Call system(s) at least forty-eight (48) hours prior to beginning any work at the subject site. Please dial 811 to make the One Call notification. 2. No work may commence in or around Enerfin's right-of-way until an Enerfin representative has authorized it to begin. Notice of desired work start date should be given at least forty-eight (48) hours in advance. 3. If it is determined that your project impacts Enerfin's facilities, requiring that investigative and/or protective work be performed on Enerfin's pipelines or appurtenances, a non-refundable advance fee may be required to conduct preliminary engineering design work. Any work performed by Enerfin to remedy such impacts will be entirely at the requestor's expense, which may first require the full execution of our standard Reimbursement Agreement and a deposit SS -121-2 with Enerfin of our estimated costs for such work. Any necessary inspection, protection, lowering, adjustment, casing, re -coating, and/or relocation of the pipelines will not be scheduled until: (a) all prerequisite data are compiled; (b) the appropriate agreements are executed; and (c) sufficient funds are received. It is Enerfin's minimum practice to inspect and recondition the pipeline(s) at proposed street and driveway crossings, the costs for which will be borne by the developer or owner. 4. The earth cover over the pipeline shall be maintained and never change in any manner without written consent from Enerfin. 5. No storage area or spoil will be placed on Enerfin's pipeline or right-of-way without authorization from Enerfin. No encroachments of any kind including but in no way limited to signs, monuments, buildings, parking lots (unless approved in advance), structures, trees, shrubs taller than four (4) feet, manholes, swimming pools, wells, leach beds, cesspools, sewer systems or impoundments shall be located within the pipeline right-of-way. The intention of this restriction is to maintain an unobstructed right-of-way. No holes are to be bored or excavated within the boundaries of the right-of-way without the prior approval of Enerfin. 6. Construction of any roads, highways, streets, or blasting within three hundred (300) feet of the pipeline will require an approved excavation/blasting plan in advance. 7. A driveway or roadway may be allowed to cross the right-of-way in a perpendicular orientation, subject to written approval. 8. All underground facilities crossing the right-of-way must be installed UNDER the Enerfin pipelines at an angle greater than forty-five (45) degrees with a minimum vertical separation of twenty-four (24) inches between the structure and Enerfin's pipeline in a manner acceptable to Enerfin's on-site representative. 9. Vehicular travel on an Enerfin easement is prohibited except by Enerfin personnel and contractors performing pipeline maintenance. 10. Logging operations parallel to an Enerfin pipeline may be granted temporary access exceptions by Enerfin personnel allowing debris removal from the logging operation area. 11. Any crossings of Enerfin's pipelines with trucks or heavy equipment should be noted in the drawing as crossing may require ramping, matting or air bridging at Enerfin's discretion. a. Heavy equipment will be deemed as any vehicle or powered equipment larger than a standard pickup truck. b. Locations for crossing the pipeline with heavy equipment may be granted at designated areas, but only after a depth survey has been performed and verification of pipeline depth has been established. c. No crossing of the pipeline by heavy equipment will be granted without a minimum depth of five (5) feet cover on the pipeline. Enerfin will decide the necessary protection to protect the pipeline(s). An Enerfin inspector must be present when temporary materials are installed and removed. 12. Any permanent structures approved for encroachment upon a right-of-way shall be subject to an amendment to the right-of-way agreement between the subject parties prior to construction. 13. The constructor shall assume full liability for any damages to Enerfin facilities due to construction/excavation activities. SS -121-3 14. Be advised that our pipeline is cathodically protected and said protection current may have an effect on utility lines that are made of electrically conductive material. You may wish to contact Enerfin concerning measures you can take to protect your metallic pipe from the effects of our cathodic protection system. If your utility line is made of plastic pipe, it will not be affected by our cathodic protection system. 15. Restoration of the surface after project completion requires seed with fertilizer and mulching cover to restore ground cover and prevent erosion. Seed blankets, seed mats and sodding are preferred to seeding. ELECTRICAL, FIBER OPTIC AND COMMUNICATION CABLE CROSSINGS 16. When approved by Enerfin, all electrical, fiber optic and communication cables crossing below (preferred) an Enerfin pipeline should be encased in a High Density Polyethylene (HDPE) casing, which will be large enough to encase all collection system high voltage wires, each in a protective conduit, and any required fiber optic cables, in their individual conduits. The bore under the pipeline will be a minimum of twenty-four (24) inches from the bottom of the pipeline to the top of the HDPE casing and large enough in diameter to install one HDPE casing per circuit. The casing will extend the entire width of the right-of-way. 17. When approved by Enerfin, all electrical, fiber optic, and communications cables crossing above an Enerfin pipeline should be cased across the width of Enerfin's right-of-way and covered with concrete six (6) inches to eight (8) inches thick and a minimum width of six (6) inches on each side and above the conduit. PIPELINE CROSSINGS 18. Permanent aboveground markers identifying the crossing pipeline or utility shall be installed and maintained at the limits of Enerfin's right-of-way and/or at the crossing. 19. If it is impractical to install and maintain aboveground markers due to the crossing location, plastic marker tape shall be installed below cultivation level and over Enerfin's pipeline, extending the width of the right-of-way. 20. An approved crossing ABOVE an Enerfin pipeline will need to clear Enerfin's pipeline by twenty-four (24) inches and require a crossing agreement to be executed between the parties. BORE CROSSINGS 21. Bored crossings with a clearance of ten (10) feet or less will require the installation of peepholes on both sides of Enerfin's pipeline, two (2) feet below the deepest Enerfin pipeline, at the point of intersection so as to view the drill stem clearance prior to crossing the Enerfin pipeline. HYDRO•VAC EXCAVATION 22. Hydro -Evacuation (Hydro -Vac) may be required in some situations to reduce the risk of damage to a pipeline if so deemed by Enerfin. 23. Grounding of the vacuum truck and wand is required and should be tested. Downwind venting of the vacuum truck is required. SS -121-4 24. The water wand tip is to be an oscillation type (circular pattern) to prevent a concentrated water stream; stream nozzles are not allowed. 25. The vacuum wand tip must have a neoprene or equivalent tip to prevent damage to the pipeline coating and surrounding structures. 26. If the excavation site is suspected to contain hydrocarbon -impacted soil, a plan must be developed upfront by the excavator for testing and disposal of soil/water slurry (e.g., lined roll- off bin). 27. Other affected utility and pipeline companies should be informed in advance of intent to use Hydro -Vac to identify any limitations. FENCE POST/UTILITY POLES 28. Fence posts, where permitted by Enerfin, shall not be placed within four (4) feet of the pipeline(s). Utility poles and guy wires shall not be placed within Enerfin's right-of-way or within eight (8) feet of Enerfin's pipeline(s). GENERAL GUIDELINES 29. All heavy equipment will have a spotter with it at all times while working in Enerfin's right-of- way. 30. Mechanical excavation will cease once the earth has been removed to within eighteen (18) inches of Enerfin's pipeline. The tolerance zone will increase to twenty-four (24) inches at known appurtenances and at all valve/stopple sites until the appurtenance is exposed. If Enerfin deems it necessary, the excavator shall install a bar across the teeth of the bucket during excavation. 31. Shovels will be used to manually clean the area above and below the line. After the line has been initially located, the line shall be kept visible to the equipment operator during the excavation process. Mechanical digging will not be allowed closer than six (6) inches from the side and bottom of the pipeline atter the line has been exposed per the above procedure. 32. Excavation to initially expose the pipeline shall be parallel with the pipeline unless there are no other options. 33. No excavations shall be made on land adjacent to the pipeline that will in anyway impair or withdraw the lateral support and cause any subsidence or damage to the pipeline. Sheet piling may be required. 34. Crossings shall allow Enerfin's pipeline(s) to be lowered in the future to obtain recommended depth for new construction. Any change in the surface grade or elevation over or along the pipeline(s) and right-of-way must be approved in advance. 35. Temporary crossings for logging activities will be limited to thirty-two (32) feet in width and as near perpendicular as possible. a. Orange temporary construction fencing on T posts shall be installed parallel and adjacent to said pipeline to discourage driving around designated crossings. b. Designated crossings will be a minimum of five (5) feet of cover across the pipeline ROW and will include temporary fencing. SS -121-5 c. Installation of temporary fences will be coordinated with Enerfin personnel. No fencing shall be installed until post locations are identified and approved by Enerfin. 36. All backfill on Enerfin's right-of-way shall be mechanically compacted to the top of the pipeline(s) after removal of water and trash. Geo -grids and/or Geo -blankets are to be considered on fill material that will not hold firm compaction. 37. If Enerfin's line is exposed during the excavation, the excavation will be made safe for entry and left open until Enerfin installs test leads. 38. Constructor shall operate equipment that is in good working condition, conducive to a safe working environment, while working on or near Enerfin's facilities. Enerfin's representative shall have the authority to reject the use of equipment to excavate Enerfin's facilities if, in their opinion the equipment is unsuitable to perform the excavation in a safe and prudent manner. SUBMISSION ADDRESS 39. Notices, inquiries and detailed construction plans will be submitted to: Enerfin Resources Company Attn: Contract Management and Administration 2500 CityWest Blvd., Suite 400 Houston, TX 77042 Phone: 713-888-8600 Fax: 713-888-8629 Email: ContractManagement©enerfin.com END OF ITEM SS -121 SS -121-6 ITEM SS -140 DEMOLITION AND DISPOSAL DESCRIPTION 140-1.1 This item shall consist of the removal and satisfactory disposal of roadway pavements; curb and curb and gutter; driveways; drainage structures, all of which are not designated or permitted to remain. While an attempt has been made to outline all structures included in the plans, all structures required to be removed may not be designated as such in the plans. 140-1.2 The removal of roadway pavements includes the sawcutting, removal, disposal and permanent repair of portions of the existing asphalt roadway pavement in accordance with these specifications and in conformity to the dimensions and details shown on the plans. The actual limits of removal and repair will be as directed by the Engineer. All pavement material removed shall be disposed of off-site, or as directed by the Engineer. CONSTRUCTION METHODS 140-3.1 GENERAL: No demolition shall be started until the work has been laid out and approved by the Engineer. All material shall be disposed of off-site. All hauling and disposal will be considered a necessary and incidental part of the work. Hauling cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. All trees, stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet in depth are to be made outside of paved areas. In cases where such depth of embankments is to be made, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off within 6 inches above the ground and allowed to remain. Tap roots and other projections over 1-1/2 inches in diameter shall be grubbed out to a depth of at least 18 inches below the finished subgrade or slope elevation. 140-3.2 ROADWAY DEMOLITION: All surface items such as curb, curb and gutter, driveways, parking areas, walks, steps, asphalt and concrete pavements, aggregate and gravel surfaces, 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. Existing pavement (asphalt or concrete) and base course (regardless of material encountered), or gravel surface shall be removed to the depth required for replacement with the new pavement section, or to the grades specified, at the locations shown on the plans or as directed by the Engineer. The subgrade below the proposed pavement shall be prepared in accordance with Specification Tx -247. The method of removal shall be approved by the Engineer before any removal operations begin. The Contractor shall take care not to damage adjacent pavement which is to remain in place; any adjacent sound pavement damaged by the Contractor shall be removed and replaced at the Contractor's expense. In areas where pavement is being removed and not reconstructed, the area shall be filled to match existing grade according to the plans. Embankment shall be prepared in accordance with section 140-3.3. Sawcutting will be required at the edge of the removal areas. The removal shall proceed to the depth necessary to accommodate the new pavement section thickness. 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. SS -140-1 Areas of pavement removal that are not being repaved shall be brought to grade in accordance with SS - 220 Pavement Edge Grading. 140-3.3 Embankment: Embankment be compacted to a density of not less than 98 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within +1- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167 and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the embankment. The finished grading operations, conforming to the typical section, shall be completed and maintained at least 1,000 feet ahead of the paving operations oras directed by the Engineer. The top 4 inches to finished grade of shall be prepared according to specification T-905 Topsoiling. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Work and imported fill required to prepare embankment and shall be considered subsidiary to pavement removal. 140-3.4 DRAINAGE REMOVAL: Existing concrete ducts, fence ditch structures and parts thereof that interfere with the new construction shall be removed. Removed structures shall be disposed of offsite. Existing pipe culverts or parts thereof that interfere with the new construction shall be removed. When existing pipe culverts to be removed are connected to existing structures to remain, the existing structure shall be repaired. 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 SS -220. Concrete foundations for poles to be removed shall be obliterated to a depth of two feet below finished grade or as required to accommodate new construction. Removal of Fence ditch structures, safety end treatments, and drainage pipe culverts shall be paid for separately as described in the Method of Measurement section. 140-3.5 UTILITY POTHOLE COORDINATION: Where instructed on the plans, the contractor shall coordinate with the city to expose the waterline utility. Potholing shall be conducted before beginning any other construction in the area. The term "pothole" includes all labor and equipment, coordination with city, permits (if applicable) necessary to determine the exact location and depth of the utility. METHOD OF MEASUREMENT 140-4.1 Pavement Removal: The unit of measurement for pavement removal shall be the square yard of the specified pavement removed. 140-4.2 Gravel Road Removal: The unit of measurement for gravel road removal shall be the square yard of the specified gravel road removed. 140-4.3 Existing Fence Ditch Structure Removal: The unit of measurement for existing fence ditch SS -140-2 structure removal shall be measured per each. 140-4.4 Existing Safety End Treatment Removal: The unit of measurement for existing safety end treatment removal shall be measured per each. 140-4.5 Pipe Removal: The unit of measurement for pipe removal shall be measured per linear foot regardless of pipe size or material. 140-4.6 Utility Pothole: The unit of measurement for utility pothole shall be measured per lump sum. BASIS OF PAYMENT 140-5.1 Payment shall be made at the contract unit bid price for the unit of measurement as specified above for "Pavement Removal". This price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. 140-5.2 Payment shall be made at the contract unit bid price for the unit above for "Gravel Road Removal". This price shall be full compensation equipment and incidentals necessary to complete the work. 140-5.3 Payment shall be made at the contract unit bid price for the unit above for "Existing Fence Ditch Structure Removal". This price shall be full labor, tools, equipment and incidentals necessary to complete the work. 140-5.4 Payment shall be made at the contract unit bid price for the unit above for "Existing Safety End Treatment Removal". This price shall be full labor, tools, equipment and incidentals necessary to complete the work. of measurement as specified for furnishing all labor, tools, of measurement as specified compensation for furnishing all of measurement as specified compensation for furnishing all 140-5.5 Payment shall be made at the contract unit bid price for the unit above for "Pipe Removal". This price shall be full compensation for furnish and incidentals necessary to complete the work. of measurement as specified ing all labor, tools, equipment 140-5.6 Payment shall be made at the contract unit bid price for the unit of measurement as specified above for "Utility Pothole Coordination". This price shall be full compensation for furnishing all labor, coordination, equipment, permits (if applicable) and incidentals necessary to complete the work. This item only includes what is described within this specification. Any work conducted by the contractor associated with identifying/exposing all other utilities is not included in this pay item and is considered subsidiary to site preparation. Payment will be made under: Item SS -140-5.1 Item SS -140-5.2 Item SS -140-5.3 Item SS -140-5.4 Item SS -140-5.5 Item SS -140-5.6 Pavement Removal — per Square Yard Gravel Road Removal — per Square Yard Existing Fence Ditch Structure Removal — Per Each Existing Safety End Treatment Removal — Per Each Pipe Removal — Per Linear Foot Utility Pothole Coordination — Per Lump Sum SS -140-3 END OF ITEM SS -140 SS -1 40-4 ITEM SS -220 PAVEMENT EDGE GRADING DESCRIPTION 220-1.1 This item covers placement and compaction of all materials within the limits of the work required to construct edge grading along the edges of the pavement overlay, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. MATERIALS 220-2.1 TOPSOIL. Topsoil used shall meet the requirements of T-905. Additional topsoil required to complete the project shall be obtained as provided in T-905. CONSTRUCTION METHODS 220-3.1 GENERAL. Along the edges of new pavement overlay, topsoil shall be placed from the edge of the new pavement surface to ground level and provide grading from the pavement edge to the shoulder as shown in the plans. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. 220-3.2 PREPARATION OF EMBANKMENT AREA. Before beginning any embankment, the areas where the embankment is to be made shall be stripped or disked to a minimum depth of four inches. Topsoil obtained from the stripping operations shall be salvaged and stockpiled for later use. 220-3.3 FORMATION OF EMBANKMENTS. The placed material shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. The embankment shall be compacted by small roller or other means approved by the engineer. Rolling operations shall be continued until the embankment is compacted to not less than 90 percent of maximum density as determined by ASTM D 1557. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. METHOD OF MEASUREMENT 220-4.1 The quantity of pavement edge grading to be paid for shall be the number of linear feet placed measured along the pavement edge, regardless of the transverse width or depth of the grading. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing, SS -220-1 compacting, disking, watering, shaping, and other necessary operations for construction of edge grading embankment will be included in the contract price for pavement edge grading. BASIS OF PAYMENT 220-5.1 For "Pavement Edge Grading" payment shall be made at the contract unit price per linear foot. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item SS -220-5.1 Pavement Edge Grading — per Linear Foot END OF ITEM SS -220 SS -220-2 ITEM SS -241 DITCH STRUCTURE DESCRIPTION 241-1.1 This item shall consist of the construction of a ditch structure at locations along the fence, in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 241-2.1 Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2,500 psi. 241-2.2 Pipe for structures shall conform to ASTM A120. 241-2.3 All fencing materials involved in construction of ditch structures shall meet the requirements of F-162 of these specifications. CONSTRUCTION METHODS 241-3.1 GENERAL. All fencing involving the construction of ditch structures shall meet the requirements of F-162 of these specifications. 241-3.2 SUBGRADE. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted with approved mechanical equipment. Preparation of subgrade, including rock excavation, will not be measured for separate payment, but shall be considered subsidiary to the items "Ditch Structure Type A" 241-3.3 FORMS. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. 241-3.4 PLACING AND FINISHING. The concrete shall be deposited in the forms upon the wetted subgrade to such depth that when it is compacted and finished, the top shall be at the required elevation. It shall be thoroughly consolidated and the edges along the form spaded to prevent honeycomb. The top shall then be struck off with a straightedge and tamped or vibrated sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. Plastering will not be permitted but minor defects shall be filled with a cement mortar (1 part Portland cement to 2 parts concrete sand) applied with a wood float. When completed, the concrete shall be properly cured by covering with polyethylene sheets conforming to ASTM C 171 or a liquid membrane forming compound conforming to ASTM C 309, Type 2, or other methods approved by the Engineer. 241-3.5 BACKFILLING. After the forms have been removed, the spaces on each side shall be backfilled with suitable material, which shall be firmly compacted by means of approved mechanical equipment and neatly graded. Backfilling will not be measured for separate payment, but shall be considered subsidiary to the item "Ditch Structure Type A." SS -241-1 METHOD OF MEASUREMENT 241-4.1 Ditch structures will be measured by the linear foot of "Ditch Structure Type A," completed and accepted. BASIS OF PAYMENT 241-5.1 Work completed and accepted and measured as provided above, will be paid for at the contract unit price bid per linear foot for "Ditch Structure Type A," completed in place, which price shall be full compensation for furnishing materials including pipe, wire, and constructing the concrete skirt; for excavation and backfilling; and for all equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under: Item SS -241-5.1 Ditch Structure Type A — per Linear Foot END OF ITEM SS -241 SS -241-2 ITEM SS -300 BASIC ELECTRICAL REQUIREMENTS DESCRIPTION 300-1.1 This item shall consist of furnishing and installing complete electrical systems as defined in the plans and in these specifications. The work includes the installation, connection and testing of new electrical systems, equipment and all required appurtenances to construct and demonstrate proper operation of the completed electrical systems. 300-1.2 The Contractor shall maintain current copies of all referenced and applicable advisory circulars and standards on the job site. The Contractor is responsible to make known to the OAR any conflict between plans and specifications that he observes or of which he is made aware. 300-1.3 This work shall consist of lockout/tagout procedures in accordance with the design and details shown in the plans and in compliance with these specification documents. EQUIPMENT AND MATERIALS 300-2.1 STANDARDS. a. Applicable National Fire Protection Association (NFPA) codes, including but not limited to: (1) NFPA 70 - National Electrical Code. (2) NFPA 70E - Standard for Electrical Safety in the Workplace. (3) NFPA 101 - Life Safety Code. (4) Internet Website: http://www.nfpa.orq b. Applicable Code of Federal Regulations (CFR) codes, including but not limited to: (1) 29 CFR 1910 - Occupational Safety and Health Standards (OSHA) (2) 29 CFR 1926 - Safety and Health Regulations for Construction. (3) Internet Website: http://www.gpoaccess.gov/cfr/index.html c. ANSI/IEEE C2 - National Electrical Safety Code. d. NECA 1 — Standard for Good Workmanship in Electrical Construction. e. Applicable Federal, State and Local Electrical Codes. f. Applicable Federal, State and Local Energy Codes. g. Applicable Federal, State and Local Building Codes. h. Applicable Federal, State and Local Fire Codes. Applicable City Electrical Code. j. Applicable City Ordinances pertaining to electrical work. k. Applicable Federal, State and Local - Environmental, Health and Safety Laws and Regulations. 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. 300-2.2 GENERAL. a. All materials shall meet the Buy American Preference requirements in 49 USC 50101 and the Aviation Safety and Capacity Expansion Act. The equipment shall be approved and listed on the FAA "Equipment Meeting Buy American Requirements" list located at www.faa.gov/airports/aip/procurement/federai contract provisions/, current version on the date that the submittals are received by the OAR, or the Contractor may submit a signed formal letter from the manufacturer that clearly lists the specific equipment, model number, location where it is manufactured, and statement certifying that the equipment and/or materials meet the Buy American Preference requirements. SS -300-1 b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the OAR. All equipment and materials shall be new and meet applicable manufacturer's standards. All other electrical components and products, not covered under the FAA equipment certification program, 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 applicable FAA advisory circulars. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the OAR. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the OAR and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the OAR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components or electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the OAR, to determine compliance with the Contract Documents plans and specifications. The OAR reserves the right to reject any and all equipment, materials or procedures, which, in the OAR's opinion, does not meet the system design and the standards and codes, specified herein. f. 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. g. The Contractor shall prepare and submit information required by the individual Specification sections sufficiently in advance of the related work to allow an appropriate review time by the OAR. The types of submittals are indicated in the individual Specification sections. During the preconstruction conference, the Contractor shall review his submittal schedule and procedures, including notifying the OAR whether electronic submittals or paper submittals will be provided for all submittal packages in the project. Mixing of package types will not be allowed. The Contractor shall provide one of the following submittal package types: 1. Submit electronic submittals via email as PDF electronic files directly to the OAR's designated representative, or post these PDF electronic files directly to the OAR's FTP site specifically established for this project. Electronic submittals shall be in Adobe Acrobat (*.PDF) format and shall be legible when printed. 2. Submit six (6) paper submittal copies via mail or other courier service to the OAR's designated representative. 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 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 OAR, all submittals for the individual Specification section shall be submitted at one time. SS -300-2 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 OAR without action. The Contractor shall retain complete copies of submittals on project site. Use only final submittals that are marked with approval notation from OAR's submittal review stamp with comments form. 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. h. After approval of submitted equipment, the Contractor shall supply the following Operation and Maintenance Manual documentation to the Owner. Two (2) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3 -ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label, which indicates the included equipment types. The documentation shall include: (1) Approved Submittals and Shop Drawings (2) Cable Splicer Qualifications, Type and Voltage (3) State Contractors License with Electrical Classification (4) Master, Journeyman and Apprentice Electrician Licenses and Certifications (5) Lockout/Tagout Program (6) Ground Rod Test Reports (7) Installation Manuals (8) Operation Manuals (9) Maintenance Manuals (10) Parts Lists, including recommended spare parts. Recommended spare parts shall be furnished with the respective equipment. 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 a hyperlink index for ease in locating information with the PDF file. j. All requirements herein Item SS -300 shall be applicable to all referenced sections in these contract documents and applicable to all sections which reference Item SS -300. k. The Contractor is the single source of responsibility for the installation and integration of the airport's lighting, power, control, security, and telecommunications systems. New airport lighting, power, control, security, and telecommunications equipment and materials shall be fully compatible with all other new and existing airport lighting, power, control, security, and telecommunications equipment and systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the OAR and compatible with the remainder of the airport lighting, power, control, security, and telecommunications system. 300-2.3 OPERATION AND MAINTENANCE DATA. Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment. Provide bound hard copies and electronic copies as noted in section 300-2.2. SS -300-3 a. Certificate of Substantial Completion, Release and Contractor's Affidavit, executed copies. b. Final approved equipment submittals, including product data sheets and shop drawings, clearly labeled. c. Preventive maintenance programs for the visual aid facilities and equipment installed in this project, including the applicable equipment sections within Chapter 5 "Preventive Maintenance" from AC 150/5340-26 (latest edition) "Maintenance of Airport Visual Aid Facilities". d. Installation manuals: Description of function, installation and calibration manuals, normal operating characteristics and limitations, performance curves, OARing data and tests, and complete nomenclature and commercial numbers of all replaceable parts. e. Operations manuals: 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. f. Maintenance manuals: Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. g. Service manuals: 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 Specification. h. Final test reports, clearly labeled, including but not limited to, insulation resistance test reports, ground rod impedance test reports, cable pulling tension values logs, and equipment certification tests. Final certified calibration sheets for all equipment and instruments. 300-2.4 WIRE. For ratings up to 600 volts, thermoplastic wire conforming to Fed. Spec. J -C-30, Type THHN/THWN-2 shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. 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. Unless otherwise indicated, conductors No. 10 AWG and smaller shall be solid, and conductors No. 8 AWG and larger shall be stranded. Service, underground feeder, and underground branch circuit wiring shall be minimum Type THHN/THWN-2 unless otherwise noted. Indoor feeder and indoor branch circuit wiring shall be minimum Type THHN/THWN-2 unless otherwise noted. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips that will not damage cables or raceway. Pull ropes and pull wires shall have sufficient tensile strength for the cable(s) to be pulled and installed. Damaged cable or raceway shall be replaced at no additional cost to the Owner. Install pull wires in empty raceways. Use a polypropylene plastic line with not less than 200 pound tensile strength. Secure and leave at least 12 inches of slack at each end of pull wire to prevent it from slipping back into the conduit. Cap spare raceways with removable tapered plugs, designed for this purpose. SS -300-4 Fiber optic cables and horizontal copper telecommunications cables shall be the outdoor rated type, suitable for direct earth burial, but shall be installed within the conduits and duct bank systems as indicated in the plans. 300-2.5 CATEGORY 6 TWISTED PAIR CABLE New Category 6 twisted pair cable shall be four -pair, balanced pair cable, certified to meet transmission characteristics of Category 6 cable at frequencies up to 250MHz. Comply with NEMA WC 66/ICEA S-116-732 and TIA 568-C.2 Category 6 cables. Conductors shall be 100 -ohm, 23 AWG solid copper. Category 6 cabling shall consist of unshielded twisted pairs (UTP) and shall be plenum rated and rated for outdoor use. 300-2.6 FIBER OPTIC CABLE. New fiber optic cable shall be the size indicated on the plans, single -mode or multi -mode, indoor/outdoor, loose tube, di -electric gel -free cable, with polyethylene black jacket UV resistant. Coordinate labeling and tagging of cables in the new handholes with the Airport's cable labeling scheme/designation standard requirements. Fiber optic cable splicing personnel shall have a minimum of five (5) years continuous experience in splicing similar type fiber optic cables. Provide complete submittals for the proposed work including the fusion splice method, procedure, tools, materials, sealed splice enclosure, kits and appurtenances. Provide a complete outside plant, underground / direct burial fiber optic splice closure that is waterproof and submersible rated. Verify that the closure size equipment proposed will easily fit within the proposed new communications handhole. Provide complete testing for the spliced fiber optic cable. The fiber cable shall be bi-directionally tested using an optical loss test set, as well as an optical time domain reflectometer. Testing shall be performed in accordance with ANSI/TIA/EIA-568-B and with testing equipment manufacturers' recommendations. Splices shall not exceed a maximum optical attenuation of 0.3 dB when measured in accordance with ANSI/TIA/EIA- 455-59. Splices with losses in excess of 0.3 dB shall be replaced and retested to demonstrate compliance. Submit complete test reports to the OAR. Testing shall include a complete initial conditions test witnessed by the Owner and OAR to set the existing cable's performance, prior to splicing of the cable. Testing shall include a complete final conditions test witnessed by the Owner and the OAR to certify compliance with the testing requirements and the splicing work. 300-2.7 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 300-2.8 PLASTIC CONDUIT (for use below grade only). Plastic conduit and fittings -shall conform to the requirements of Fed Spec. W -C-1094 and Underwriters Laboratories Standards UL -651 and shall be one of the following, as shown in the plans: a. Type I - Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II - Schedule 40 PVC suitable for either above ground or underground use. c. Type III - Schedule 80 PVC suitable for either above ground or underground use either direct -buried or encased in conduit. SS -300-5 Plastic conduit adhesive shall be a solvent cement manufactured specifically for the purpose of gluing the specific type of plastic conduit and fitting. 300-2.9 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. Copies of the National Electrical Code may be obtained from the National Fire Protection Associations, Inc., One Batterymarch Park, Quincy, Massachusetts 02269. 300-2.10 CONCRETE. Concrete shall be a commercial grade ready mix with a minimum 28 -day compressive strength of 4000 PSI (unless otherwise noted) using 1 -inch (25 -mm) maximum size course aggregate, as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete located within one foot of the proposed ground surface shall contain 4 to 6 percent air content. Mixing Conditions: Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of the OAR. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Placing Concrete: All concrete shall be placed during daylight, unless otherwise approved by the OAR. Cold Weather Protection: When concrete is placed at temperatures below 40°F (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50°F and 100°F (10°C and 38°C). After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been attained. Reinforcing: All reinforcing bars shall conform to ASTM A 615, Grade 60. 300-2.11 OVERCURRENT PROTECTIVE DEVICES. Circuit Breakers: Circuit breakers shall be the molded -case type, as indicated, with each pole equipped with inverse time and instantaneous overcurrent tripping devices. Circuit breakers shall be UL listed. Single pole breakers shall be full module size; two poles shall not be installed in a single module. Multi -pole breakers shall be of the common -trip type having a single operating handle, and for sizes of 50 amperes or less may consist of single pole breakers permanently assembled at the factory into a multi -pole unit. Circuit breakers used for motor disconnects and not in sight of the motor controller shall be capable of being locked in the open position. Minimum interrupting rating shall be as shown. Fuses: All fuses shall be Bussman; Gould-Shawmut, or equal. Plug fuses are not acceptable. Cartridge fuses shall be rated at 250 or 600 volts, as applicable, and shall conform to the requirements of UL 198 and NEMA Standard FU -1. 600 volt or less fuses shall be rated at 200,000 Amperes Interrupting Capacity. 300-2.12 SERVICE COMMERCIAL PEDESTAL ENCLOSURE. Furnish and install a specification grade, commercial service pedestal to provide a weather and vandal resistant metered enclosure for the service loads and power distribution system. The assembly shall be UL listed service entrance rated, NEMA 3R construction, with sections for metering equipment, secondary terminations, and distribution equipment. SS -300-6 Coordinate exact exterior color with Owner and OAR during the submittal / shop drawing review. Provide a Milbank Commercial Pedestal or approved equal. 300-2.13 PANELBOARDS. Furnish and install panelboards as indicated on the Drawings. Breakers shall be bolted type and have available fault current interrupting capacity as scheduled. Single pole breakers shall be full module size; two poles shall not be installed in a single module. All multi -pole breakers shall be common trip. Panels shall be fully rated; series rated panels are not acceptable. The panels shall be load balanced by measuring the loads and making circuit changes. Record the load readings before and after changes and submit test records. Differences exceeding 20 percent between phase loads, within a panelboard, are not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. The panel shall be UL listed, service entrance rated, and fully bussed with copper bussing, copper neutral bussing, and copper ground bar. All bolts used to connect current carrying parts together shall be front accessible. The panel shall have a securely attached metal nameplate listing the manufacturer, shop order number, panel type, voltage, ampacity and short circuit withstand rating. An individual terminal or lug shall be provided for each neutral allowing one wire per terminal. The panel shall be surface mounted with semi -flush locking doors and matching keys. The Contractor shall provide a typed directory and install the same in the holder behind the transparent protective covering in the panels. Provide an exterior nameplate with panel and name, mounted at the top of the panel above the door. Doors shall match enclosures. Indoor surface mounted enclosures shall have pre -punched knockouts. Panelboards and breakers shall conform to the requirements of Fed. Spec. W -P-115. 300-2.14 SURGE PROTECTIVE DEVICES. Provide a surge protective device at the lighting panelboard as indicated in the plans and make all final connections. Lead lengths shall not exceed 18 inches. SPD Type 1 (pedestal interior mounted adjacent to main disconnect switch) a. UL 1449 Third Edition Type 1 Listed b. UL 1283 Listed for Type 1 c. Voltage protection rating 1200V L -N d. Surge rating 150,000 amps per phase minimum e. SCCR: Equal or exceed 200 kA f. !nominal Rating: 20 kA g. Rated for voltage indicated on each individual one -line diagram in the plans. h. LED status indicator lights, audible alarm Integral fused -disconnect switch j. NEMA 3R enclosure, 10 year warranty SPD Type 2 (pedestal interior mounted adjacent to panelboard): a. UL 1449 Third Edition Type 2 Listed b. UL 1283 Listed for Type 2 c. Voltage protection rating 1200V L -N d. Surge rating 150,000 amps per phase minimum e. SCCR: Equal or exceed 200 kA f. !nominal Rating: 20 kA g. Rated for voltage indicated on each individual one -line diagram in the plans. h. LED status indicator lights, audible alarm, NEMA 3R enclosure, 10 year warranty SPD for Power Over Ethernet (PoE) Devices SS -300-7 a. UL 497B Listed b. Tested to IEC 802.11 c. Minimum transmission speed of 1000BaseT. d. Peak Surge Current of 10kA Per Pair e. Clamping Voltage: 68 VDC f. Insertion Loss: < 0.1dB g. Complies with IEEE 802.3AT and 802.3AF h. NEMA 4X, stainless steel enclosure, 5 year warranty Provide surge protective devices to protect incoming voltage power circuits from field equipment. 300-2.15 TRANSFORMER DRY TYPE. Dry type transformers shall be installed as indicated. Dry -Type Distribution Transformers: Provide energy-efficient, factory -assembled, general-purpose, resin - encapsulated, dry -type distribution transformers where shown; of sizes, characteristics, and rated capacities indicated; 1 -phase, 60 -hertz, 4.00% nominal impedance; with voltage ratings as shown on the drawings. Insulate with Class 180 insulation. Limit transformer surface temperature rise to maximum of 115 degrees Celsius. Provide stainless steel mounting hardware. Provide minimum 18 month product warranty. 300-2.16 AREA LIGHT FIXTURE. Area lighting fixtures shall be installed as indicated on the plans. The exterior area light fixture shall utilize an LED light source with a Type II wide distribution. The light fixture shall have a minimum CRI of 70 and provide a color temperature of 4100K. The L70 rated life of the light fixture shall be 100,000 hours. The nominal operating voltage shall be as shown in the plans. The light fixture and lamp shall be listed for wet location. The light fixture shall be equipped with an integral photocell for onboard lighting controls. The fixture shall be dark -sky complaint. 300-2.17 AREA LIGHT FIXTURE/CCTV CAMERA POLE. Area lighting fixtures pole shall be installed as indicated on the plans. The pole shall be precast, square section, tapered, concrete pole. The pole shall be embedded to the manufacturer's recommended depth. A continuous copper ground wire shall be cast into the pole. The wire shall be terminated at the top of pole and attached to a 24" lighting rod. Provide a minimum 1"C PVC conduit cast into the pole. The concrete shall have a minimum 28 -day compressive strength of 7,000 psi. 300-2.18 CLOSED-CIRCUIT TELEVISION (CCTV) CAMERAS. CCTV cameras shall be installed either pole -mounted or wall -mounted as shown on the plans. Existing camera brands installed at the Airport include Sony, Axis Communications, and Pelco. For fixed -view cameras, the cameras shall be 360 -degree panoramic -type, capable of recording day or night using the NSTC standard. The IP video camera shall have 1.6 mm lens with 180° angle of view. The camera shall be capable of recording a resolution of 2144 x 1944 at 10 frames per second (fps) and 5 MP. Provide and install each camera within an outdoor -rated enclosure (IP66) with required pole -mounting hardware. The camera shall have a temperature operating range of at least -40°F to +131°F Basis of Design Product: Subject to compliance with requirements, provide product indicated on the Drawings or comparable product by one of the following manufacturers: 1. Sony 2. Axis Communications 3. Pelco 4. Or Approved Equal SS -300-8 For pan -tilt -zoom (PTZ) cameras, the cameras shall be capable of recording NTSC standard, in color, utilizing a 36X day/night PTZ camera with fan, heater, sunshield, smoked dome and 30X lens. The cameras shall be provided with a minimum resolution of 2 megapixels. Provide each camera with electronic image stabilization. Provide each camera with a heavy-duty pendant -mount back box and provide and install pole -mount bracket for pendant mount. Camera shall have integrated video motion detection. Camera shall be Power -over -Ethernet (PoE) type and shall have a weather resistant (IP66) enclosure. Camera have a minimum Tight sensitivity of 0.2 lux for monochrome and 0.3 lux for color. Basis of Design Product: Subject to compliance with requirements, provide product indicated on the Drawings or comparable product by one of the following manufacturers: 1. Sony 2. Axis Communications 3. Pelco 4. Or Approved Equal 300-2.19 LIGHTNING PROTECTION SYSTEM Install lightning protection system components as shown on the drawings. A. Air Terminals: 1. Aluminum unless otherwise indicated. 2. 1/2 -inch diameter by 24 inches long. 3. Pointed tip. 4. Integral base support. B. Secondary Conductors: 1. Aluminum: 41,400 circular mils in diameter. C. Ground Loop Conductor: Stranded copper. D. Ground Rods: 1. Material: Copper -clad steel. 2. Diameter: 3/4 inch. 3. Rods shall be not less than 120 inches long. Conductor Splices and Connectors: Compression fittings that are installed with hydraulically operated tools, or exothermic welds, approved for use with the class type. CONSTRUCTION METHODS 300-3.1 LOCKOUT/TAGOUT PROGRAM. The Contractor shall provide a complete copy of an electrical energy source Lockout/Tagout Program to the Owner, with copy to the OAR. The document shall clearly identify the on-site master electricians and their contact information, including office and mobile telephone numbers. 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. Implementation of the Lockout/Tagout Program and all other related safety requirements are the sole responsibility of the Contractor. 300-3.2 SAFETY PROGRAM. The Contractor shall implement an electrical safety program that complies with NFPA 70E and 29 CFR 1926. SS -300-9 Implementation of the Electrical Safety Program, determining and providing proper Personal Protective Equipment (PPE), training and enforcing personnel to wear the prescribed PPE, conducting work area safety inspections (including correcting deficiencies), and all other related safety requirements are the sole responsibility of the Contractor. All work involved in the preparation and implementation of the safety program will not be measured for separate payment, but will be considered subsidiary to the lockout/tagout bid item. 300-3.3 PRECONSTRUCTION MEETING. A preconstruction meeting will be held with the Airport, FAA, OAR and Contractor, prior to any work. Complete submittals and shop drawings will be submitted at this time for review. An equipment procurement schedule will be provided by the Contractor with an anticipated field construction start date. The progress construction schedule will be submitted for review each week and shall outline all installation, testing and demolition work. 300-3.4 GENERAL. A new electrical service entrance is required. Refer to the electrical one -line diagram in the Plans for power service and distribution requirements. The Contractor shall be responsible for coordinating all electrical work with the Utility. The Contractor shall provide temporary service conductors and raceway system. The Contractor shall then provide and connect permanent service conductors and raceway system after the completion. All secondary conductors and controls, signaling and lighting shown in or on buildings are included in this project. Electrical service shall be extended from the service equipment as indicated. In general, the various electrical equipment and material to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards so as to complete the work in a neat and satisfactory manner. The following is a general outline concerning the running of various systems and is to be excepted where the drawings or conditions at the buildings necessitate deviating from these standards. The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both. All conduits shall be run exposed in the equipment rooms, or run concealed as indicated. The construction details of the building are illustrated on the drawings. Each Contractor shall thoroughly acquaint himself with the details before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. The electrical plans do not give exact locations, etc., and do not show all the offsets, control lines, junction boxes, and other installation details. Each Contractor shall carefully lay out his work at the site to conform to the job conditions, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide complete operating systems. The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circulating and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, etc., by measurements at the buildings, and in cooperation with other crafts, and in all cases shall be subject to the approval of the OAR. The OAR reserves the right to make any reasonable change in location of any outlet or apparatus before installation, without additional cost to the Owner. These Specifications and the accompanying Drawings are intended to cover systems which will not interfere with the structure of the buildings, which will fit into the several available spaces, and which will SS -300-10 insure complete and satisfactory systems. Each bidder shall be responsible for the proper fitting of his material and apparatus into the buildings. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the Drawings, he shall arrange for such space with the OAR before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such changes at the Contractor's expense. Should the particular equipment which any bidder proposes to install require other installation methods, such as larger light base junction structures, etc., he shall include all such equipment and appurtenances in his bid. Should changes become necessary on account of failure to coordinate equipment requirements and comply with this clause, the Contractor shall make such changes at the Contractor's expense. The Contractor shall be responsible to see that each party furnishes electrical equipment which meets the electrical requirements specified herein and that all systems work together to produce the specified operation. Where two or more units of the same kind or class of equipment are required, these shall be products of a single manufacturer; however, the component parts need not be the products of one manufacturer. Each Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these Specifications and Plans, which shall be checked by the OAR and approved before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. 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. 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. 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. Electrical components, including but not limited to, relays, circuit boards, electronics, etc, shall be installed within approved enclosures. The Contractor shall keep ends of conduits, including those extending through roofs, equipment and fixtures covered or closed with caps or plugs to prevent foreign material from entering during construction. Where portions of raceways are known to be subjected to different temperatures, where condensation is a problem, and where passing from interior to exterior of a building, the portion of raceway or sleeve shall be filled with an approved material to prevent the circulation of air, prevent condensation, and prevent moisture entry. Sealing of raceways shall not occur until after the conductors and cables have been installed, tested and accepted by the OAR. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. All temporary wiring shall conform to OSHA standards. Remove temporary services when work is complete. Any damage to electrical equipment caused by the Contractor shall be repaired at no cost to the Owner. SS -300-11 All non-current carrying parts and neutrals shall be grounded as indicated on the Drawings or as required by the Codes. White and/or gray outer finish conductors may only be used as grounded conductors or neutral conductors in accordance with NEC. Install insulated green equipment grounding conductors with all feeder and branch circuits. 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. 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. Where electrical equipment is installed that causes electrical noise interference with other systems either existing or installed under this contract, the offending equipment shall be equipped with isolating trans- formers, filters, reactors, shielding, or any other means as required for the satisfactory suppression of the interferences, as determined by the OAR. All junction boxes, expansion joints, flexible connections, instruments and similar items requiring servicing or repairs shall be installed in an accessible location. All salvage and equipment removed by the work shall remain the property of the Owner. Material removed from the project shall be stored on the project site where and as directed. Debris shall be removed from the job site and disposed of by the Contractor. The Contractor shall maintain his work area clean and orderly at all times. Debris shall be removed promptly. 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. The Contractor shall do all excavating and backfilling made necessary by electrical work and shall remove all surplus or supply any earth required to establish the proper finished grade. The Contractor shall do all cutting and patching made necessary by electrical work, but in no case shall he cut through or into any structural member without written permission of the OAR. All steel conduits, supports, channels, fittings, nuts, bolts, etc. shall be galvanized, corrosion -resistant type unless otherwise noted. An approved anti -seize compound shall be used on all threads to prevent equipment and thread damage. Equipment shall be installed in accordance with manufacturer's recommendation. Make all final electrical connections and coordinate all items with other trades. Correct unnecessary damage caused due to installation of work, brought about through carelessness or lack of coordination. All openings, sleeves, and holes to be properly sealed, fire proofed and water proofed. Any water leaks arising from project construction will be immediately corrected to the satisfaction of the Owner and the OAR. 300-3.5 POWER SUPPLY EQUIPMENT. 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. SS -300-12 If shown in the plans, the power supply equipment shall be set on concrete housekeeping pads to provide a minimum space of 3-1/2 inches between the equipment and the floor. All equipment shall be secured to the floor or wall in accordance with the manufacturer's recommendations and these contract document requirements. 300-3.6 DUCT AND CONDUIT. Conduits shall be galvanized rigid steel unless otherwise indicated or specified. Refer to one -line diagram conduit notes for specific requirements. 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. Use an approved, listed adapter/coupling to convert to other types of conduit. Reducer couplings are not allowed. For underground service entrance, feeder and branch circuit raceways, offsets and bends over 30 degrees and elbows in Schedule 40 PVC conduit runs shall be Schedule 80 PVC conduit. Underground service entrance PVC conduits shall be concrete encased unless otherwise noted. Underground PVC conduits shall be concrete encased under driveways, roadways, parking lots and other paved areas. Non-encased conduits shall convert to concrete encased ducts under all paved areas and shall extend at least 3 feet beyond the edges of the pavement unless otherwise noted. The Contractor shall provide a staked centerline or offset for the duct and manhole system - utilizing the drawings and a site inspection of the existing grounds, grades and utility crossings. The Owner and OAR shall approve the staking plan that shall be indicated on a drawing submitted for approval before starting any excavation for the ducts. The staking plan shall indicate the proposed location, elevation and dimensions of manholes and handholes. The OAR reserves the right to adjust duct, manhole and handhole locations and elevations before installation at no additional cost to the Owner. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. 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. Backfilling from two directions will not be allowed. No backfilling will be accomplished without the approval of the OAR or Construction Observer. The Contractor shall ensure all trenches are inspected prior to being covered and prior to encasement. Any uninspected trenches which are prematurely covered shall be exposed for inspection at the OAR and Owner's convenience at no additional cost to the Owner. The Construction Observer will coordinate with the Contractor for advance scheduling of trench inspection. Install grounding -and -bonding type bushings and bonding jumpers on all service entrance conduits and on all feeder and branch circuit conduits. Use conduit bushings at each conduit termination. Where No. 4 AWG or larger ungrounded wire is installed, use insulated bushings. When EMT is allowed, utilize only steel compression fittings. Die-cast and set -screw fittings shall not be used. Use double lock nuts at each conduit termination. Use weather tight hubs in damp and wet locations. Sealing lock nuts shall not be used. Grounding continuity to rigid metal conduit shall be accomplished by grounding bushings/adapters with lugs for connection to grounding counterpoise and/or grounding electrode conductor as defined by NEC. SS -300-13 All exposed wiring shall be run in not less than 1/2 inch (12 mm) galvanized rigid steel conduit. All conduits shall be installed to provide for drainage. Conduit shall be attached to wooden structures with galvanized pipe straps and fastened with galvanized wood screws not less than No. 8 nor less than 1-1/4 inches (31 mm) long. There shall be at least two fastenings for each 10 -foot (3 m) length. Existing ducts may require clearing before use. It is the responsibility of the Contractor to locate the existing ducts, identify empty or partially empty conduits and clear the conduits as required. Where new cable is to be installed in existing duct, the full length of the duct shall be cleared of debris by mechanical means before the installation of the new cable. Acceptable methods of clearing existing ducts include "hydro -jetting" and "roto -rooting." All existing cables in each re -used duct shall be replaced for the length of the duct and properly spliced in a method approved by the OAR. Clearing of existing duct banks or conduits is incidental to the cable pay item. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wire at each end of a duct bank crossing under pavement. Existing concrete markers or survey pins for runway thresholds, duct/conduit/cable/splice markings, utility line markings, taxiway points of tangency markings, or other similar items shall be removed and reinstalled or replaced, depending on the project work requirements, as required by a registered professional surveyor to the satisfaction of the Owner and the OAR. 300-3.7 JUNCTION BOXES AND CONCRETE STRUCTURES. For manholes and handholes, cables shall be well supported on the walls using heavy-duty non-metallic cable racks with multiple arms per stanchion and wide type wire ties for securing the cables. Handholes shall have at least one stanchion on each wall and manholes shall have at least two stanchions on each wall. Adjustable arms shall lock into the stanchion. Stanchion and arm lengths shall be appropriate for the manhole or handhole size and the amount of cables to be supported. At least one spare unused arm stall be installed at each stanchion position. Stainless steel hardware shall be used to securely mount and secure the cable racks to the walls. Manhole and handhole covers shall have custom legends. Coordinate exact text with the OAR during product submittal reviews. 300-3.8 BACKFILL, COMPACTION, AND RESTORATION. Refer to the backfill, compaction and restoration requirements within Item Tx -247 where other compaction requirements are specified (under pavements, embankments, etc.) 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. Backfilling from two directions will not be allowed. No backfilling will be accomplished without the approval of the OAR or Construction Observer. The Contractor shall ensure all trenches are inspected prior to being covered and prior to encasement. Any uninspected trenches which are prematurely covered shall be exposed for inspection at the OAR and Owner's convenience at no additional cost to the Owner. The Construction Observer will coordinate with the Contractor for advance scheduling of trench inspection. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. 300-3.9 CABLE AND UTILITY COORDINATION. The existing and the proposed locations of electrical cable are approximate. The Contractor shall be responsible for field locating and identifying the existing electrical circuits to determine their exact routing. The Contractor shall also be responsible for maintaining SS -300-14 the electrical systems in a working condition until the new electrical circuits have been installed and tested. The Contractor shall proactively and expeditiously accomplish this cable identification work prior to performing any modifications to the electrical circuits. Coordinate identification work with the Owner and OAR and make all corrections, additions, etc. on the as -built drawings. Underground cable and utilities exist within and adjacent to the limits of construction. An attempt has been made to locate these cables and utilities on the Plans. All existing cable and utilities may not be shown on the Plans and the location of the cables and utilities shown may vary from the location shown on the Plans. Prior to beginning of any type of excavation, the Contractor shall contact the utilities, the airport maintenance staff, FAA field personnel and other organizations as required and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the cable and utility location markings until they are no longer required. The Contractor shall replace or repair any underground cable or utility that has been damaged by the Contractor during excavation to the satisfaction of the owner of the cable or utility at no additional cost to the Owner. 300-3.10 WIRING. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electrical Code. Provide color coding for phase identification. Colors for 240/120V Circuits: a. Phase A: Black b. Phase B: Red c. Neutral: White Colors for 208Y/120V Circuits: a. Phase A: Black b. Phase B: Red c. Phase C: Blue d. Neutral: White Colors for 480Y/277V Circuits: a. Phase A: Brown b. Phase B: Orange c. Phase C: Yellow d. Neutral: Gray All new electrical cable shall be marked using color -coded plastic electrical tape which is specifically designed for application on polyethylene -jacketed cable. The tape shall be applied as detailed on the Plans. Marking tape shall be Scotch 35 Vinyl Plastic tape or approved equal. 300-3.11 MARKING AND LABELING. Properly identify all electrical equipment. Wire/Cable Designation Tape Markers: a. Indoor Dry Locations: UL Recognized Materials, vinyl or vinyl -cloth, self-adhesive, wraparound, self -laminating, cable/conductor markers with computer printer -generated numbers and letters, minimum 1" width. Provide Brady B-427 with thermal transfer print type, or approved equal. b. Outdoor Locations and Indoor Wet and Damp Locations: White polyolefin, non -adhesive, full circle, heat -shrinkable sleeve, cable/conductor markers with computer printer -generated numbers and letters, minimum 1" width. Provide Brady B-342 with thermal transfer print type, or approved equal. SS -300-15 Properly identify all electrical equipment, including but not limited to the following: a. Switchgear, switchboards, and control panels. b. Main distribution panel and individual devices within it. c. Panelboards and individual devices within it. d. Safety switches and disconnects. e. Contactors and lighting control center, including all branch circuits. f. Individually mounted circuit breakers. g. Starters and relays. h. Transformers. 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 Specification shall be identified whether furnished under this Specification or under other Specifications of this contract. Plates shall be indoor or outdoor rated as required by installation location. Panelboard identification plates shall indicate panel by identification name, voltage system, ampacity rating and type, AIC rating, and feeder source description. 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. 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. 300-3.12 CLOSED CIRCUIT TELEVISION (CCTV) CAMERAS INSTALLATION. The Contractor shall be considered the sole source of responsibility for a complete and operational CCTV camera system The Contractor shall provide a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. The Contractor shall perform all factory recommended tests and inspections for each camera installation. Tests shall be schedules after pretesting has been successfully completed and the system has been in normal function for at least 14 days. The Contractor shall provide a minimum of 10 days' notice of test schedule. Perform operational tests to verify that system complies with Specification. Include all modes of system operation. Test equipment for proper operation in all functional modes. The CCTV camera system will be considered defective if it does not pass tests and inspections. The Contractor shall prepare test and inspection reports to verify all cameras have passed tests and inspections. A certified ONSSI representative shall perform all integration of new CCTV cameras between the main CCTV and video display head -end equipment and all components, new and existing, affected by the installation. This includes updating the existing video display system with the new CCTV camera licenses to be provided by the Contractor. 300-3.13 REMOVAL AND RELOCATION OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated on the Plans. Any equipment which is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment. All equipment which is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the OAR. The Contractor shall carefully relocate existing equipment as indicated in the Plans. Any equipment that is damaged during the relocation operation shall be replaced at no additional cost to the Owner. SS -300-16 Any existing electrical equipment, conduit, cables, etc. that is damaged during construction shall be replaced at no additional cost to the Owner to the satisfaction of the Owner and the OAR. 300-3.14 CERTIFICATION AND PERFORMANCE. The Contractor shall provide and install new certified equipment that works reliably and efficiently with the existing equipment to remain in service. The Contractor shall provide any additional accessories and/or appurtenances required to provide fully functional electrical systems to the satisfaction of the Owner and OAR, at no additional cost to the Owner. The Contractor shall ascertain that all lighting system components furnished are compatible in all respects with each other and the remainder of the new and existing systems. Any non -compatible components furnished by the Contractor shall be replaced at no additional cost to the Owner with a similar unit that is approved by the OAR and compatible with the remainder of the airport lighting system. 300-3.15 AS -BUILT DRAWINGS. Before work is started, the Contractor shall obtain at his expense one (1) full-sized set of prints for As -Built records; the OAR will supply the tracings at printing cost to the Contractor. The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, circuit numbers, motors, feeders, breakers, switches, and starters. The Contractor will certify accuracy by endorsement. As -Built drawings shall be correct in every detail, so Owner can properly operate, maintain, and repair exposed and concealed work. The As -Built drawings shall indicate all control system labeling and marking. The Contractor shall store the As -Built drawings on the site. Drawings shall not be rolled. Make corrections, additions, etc., with pencil, with date and authorization of change. As -Built drawings must be submitted to OAR before project will be accepted. Minor deviations from the Plans and Specifications shall be as approved by the OAR. Upon completion of the installation, the Contractor shall adjust the systems to the satisfaction of the OAR. 300-3.16 TESTING. General Electrical Testing: Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification and certify compliance with test parameters. Tests shall be conducted in the presence of the OAR and shall be to his/her satisfaction. Correct malfunctioning units on- site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. Perform infrared scan tests and inspections of service and power distribution equipment at the respective hangars and provide reports. Electrical equipment will be considered defective if it does not pass tests and inspections. Reports shall include notations of deficiencies, remedial action taken and observations after remedial action. System and Equipment Testing: All installations shall be fully tested by continuous operation for not less than 24 hours as completed systems prior to acceptance. These tests shall include the functioning of each control not less than 10 times. Airport lighting equipment and special systems shall be tested in accordance with applicable FAA Advisory Circular requirements and the manufacturer's installation instructions. These tests shall also include those system requirements listed within AC 150/5340-26 Maintenance of Airport Visual Aid Facilities. Test equipment and instruments utilized by the Contractor shall have been calibrated following the manufacturer's recommended schedule to verify their accuracy prior to performing the testing work. The Contractor shall provide instrument calibration certificates on test equipment when requested by the OAR. SS -300-17 Retesting work due to inaccurate or defective instruments shall be performed by the Contractor to the satisfaction of the OAR at no additional cost to the Owner. a. Ground Rod Impedance Testing: The enclosed "Ground Rod Impedance Test Report" form shall be used and testing shall be performed in the presence of the OAR. As -Built drawings shall indicate the location of all installed ground rods. Each ground rod shall have a unique identifier that corresponds with its submitted ground impedance test report. Three -pole fall -of -potential testers that can measure the ground resistance of a ground rod using auxiliary electrodes (staked testing), such as a Fluke 1621 Earth Ground Tester, shall be used for testing individual dedicated equipment ground rods at fixtures and equipment, or for testing isolated counterpoise ground rods not yet connected to the counterpoise wire. Clamp -on testers that can measure the ground resistance of a ground rod without using auxiliary ground rods (stakeless testing), such as a Fluke 1630 Earth Ground Clamp Meter or approved equal, shall be used for testing counterpoise ground rods which have already been connected to the counterpoise wire, or ground ring ground rods which have already been connected to the established ground ring system. Ground impedance test equipment shall be submitted for review and approval by the OAR prior to performing the tests. If the ground rod's impedance exceeds 25 ohms, an additional rod shall be driven in a location suitable and approved by the OAR. However, the additional rod must satisfy the requirements of NEC 250.53 and not be less than 6 feet away from any other ground rod electrode. Additional ground rods shall not be measured for separate payment but shall be considered subsidiary to the counterpoise or respective equipment pay item. The Contractor shall perform additional tests if required and requested by the OAR at no additional cost. The Contractor shall coordinate with the resident OAR to approve tests daily before proceeding. The Contractor shall fill out a separate test report for each date. Test reports shall be submitted weekly to the OAR. 300-3.17 INSPECTION FEES AND PERMITS. Obtain and pay for all necessary permits and inspection fees required for electrical installation. 300-3.18 WORK SUPERVISION. State of Texas: 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. 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 OAR. SS -300-18 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. 300-3.19 TRAINING. The training classes shall be coordinated with the Owner and OAR in advance of the final acceptance testing. Comprehensive operational and maintenance training materials shall be provided by the equipment manufacturer and the Contractor (see section 2.3 OPERATION AND MAINTENANCE DATA). a. Operations: (1) Amount and length — 4 hours (2) Class size — 4-6 staff (3) Location — At an example of each type of gate operator (4) Provide an equipment list per this project (5) Provide training materials covering all installed equipment (6) Provide hands on troubleshooting specifics b. Maintenance (1) Amount and length — 4 hours (2) Class size — 4-6 staff (3) Location — At an example of each type of gate operator (4) Provide an equipment list per this project (5) Provide training materials covering all installed equipment (6) Provide hands on troubleshooting specifics c. Preventive Maintenance Program Recommendations (1) Provide an equipment list per this project (2) List failure scenarios and what to do. (3) Provide technical assistance points of contact and phone numbers. Schedule the training with the Owner at least 10 days in advance and notify the OAR. Provide the services of a factory -authorized and certified field service representative to supervise and assist with startup services, for the pretesting and final acceptance testing, and for Owner's personnel training. Provide the services of a factory -authorized and certified field service representative to demonstrate the system and train Owner's maintenance personnel in the procedures and schedules involved in operating, troubleshooting, servicing, and preventive maintenance of the system. Provide a minimum of one day (8 hours) of technician training at a time coordinated with the Owner. METHOD OF MEASUREMENT 300-4.1 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. This item does not include measurement for constant current regulator equipment. 300-4.2 The quantity of fiber optic cable, installation and splicing, to be paid for shall consist of all fiber optic cable installation work, splicing work, cable labeling/tagging, and testing, completed in place, accepted and ready for operation. Splicing methods and materials and final acceptance testing shall be performed and completed to the satisfaction of the Owner and the OAR. SS -300-19 300-4.3 The quantity of Category 6 cable, installation and splicing, to be paid for shall consist of all Category 6 cable installation work, splicing work, cable labeling/tagging, terminating and testing, completed in place, accepted and ready for operation. Splicing methods and materials and final acceptance testing shall be performed and completed to the satisfaction of the Owner and the OAR. 300-4.4 The quantity of Terminal Communications Center Improvements shall consist of all work to be completed with the Terminal Communications Center within the terminal building. This work shall include all new media converters, fiber optic cable terminations, fiber optic cable testing, new network DVR and video storage center servers, new camera licenses, and overall system testing and commissioning. BASIS OF PAYMENT 300-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the OAR. 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 OAR. Payment will be made under: Item SS -300-5.1 Lockout/Tagout Procedures — per Lump Sum Item SS -300-5.2 48 -Strand Fiber Optic Cable, Installation and Splicing — per Linear Foot Item SS -300-5.3 12 -Strand Fiber Optic Cable, Installation and Splicing — per Linear Foot Item SS -300-5.4 Category 6, Outdoor -Rated, Horizontal Copper Cabling, Installation and Splicing — per Linear Foot Item SS -300-5.5 Terminal Communications Center Improvements — per Lump Sum MATERIAL REQUIREMENTS Fed.Spec.J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. W -C-1094 Conduit and Conduit Fittings; Plastic, Rigid Fed. Spec. W -P-115 Panel, Power Distribution Fed. Std. 595 Colors Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Laboratories Standard 514 Fittings for Conduit and Outlet Boxes Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Laboratories Standard 651 Underwriters Laboratories Standard 1242 Intermediate Metal Conduit SS -300-20 CFR 1910 Occupational Safety and Health Regulations CFR 1926 Safety and Health Regulations for Construction ANSI/IEEE C2 National Electrical Safety Code NFPA 70 National Electrical Code (NEC) NFPA 70E Standard for Electrical Safety in the Workplace NFPA 101 Life Safety Code NFPA 780 Standard for the Installation of Lightning Protection Systems 29 CFR 1910 Occupational Safety and Health Standards (OSHA) 29 CFR 1926 Safety and Health Regulations for Construction FAA ADVISORY CIRCULARS AC 150/5300-13 Airport Design AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-3 Specification for L-821 Panels for Control of Airport Lighting AC 150/5345-5 Specifications for Airport Lighting Circuit Selector Switch AC 150/5345-7 Specification for L-824 for Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-28 Standard for Precision Approach Path Indicator (PAPI) Systems AC 150/5345-39 Specification for L-853 Runway and Taxiway Retroreflective Markers AC 150/5345-42 Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Lighting Systems AC 150/5346-49 Specification L-854, Radio Control Equipment AC 150/5345-51 Specification for Discharge -Type Flashing Light Equipment SS -300-21 AC 150/5345-53 Airport Lighting Equipment Certification Program AC 150/5345-56 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) END OF ITEM SS -300 SS -300-22 GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: Airport: Project Title: OAR: Garver, LLC Contractor: Garver Project Number: Date: Weather / Site Conditions: Model #: Model #: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Tested By: OAR Witness: Provide signature/date in the fields above. SS -300-23 Page of AC 150/5370-1OG 7/21/2014 Intentionally Left Blank ITEM SS -301 ELECTRICAL DEMOLITION WORK DESCRIPTION 301-1.1 This item shall consist of the removal and satisfactory disposal of existing junction structures, racks, pads, equipment, poles, towers, shelters, and other incidentals, all of which are not designated or permitted to remain, in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. This work shall include the removal of indicated equipment, materials, and incidentals necessary for a complete item removal, including all restoration work, as a completed unit to the satisfaction of the OAR. 301-1.2 The Contractor shall maintain current copies of all referenced and applicable advisory circulars on the job site. The Contractor is responsible to make known to the OAR any conflict between plans and specifications that he observes or of which he is made aware. MATERIALS 301-2.1 All backfill and repair materials used in electrical demolition, repair and restoration work shall comply with the referenced specifications and be approved by the OAR. Airport lighting equipment and materials shall meet the requirements outlined in Item SS -300. CONSTRUCTION METHODS 301-3.1 GENERAL. No demolition shall be started until the removal and/or relocation work has been laid out and approved by the OAR. All material shall be disposed of off-site. All hauling and disposal will be considered a necessary and incidental part of the work. Hauling cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. The Contractor shall remove all existing underground cable, which is unused or rendered unusable by this project, when such is exposed or made accessible during the course of this work. All such wiring removed shall become property of the Contractor and shall be immediately removed from the project. Wiring in conduit shall be removed as indicated or if new wiring is shown to be installed in its place. Existing wiring shall not be reused or reinstalled. Wiring not exposed shall be abandoned in place, if a reasonable effort will not remove it. No measurement or payment will be made for this cable removal work. Damage to turf or other systems will not be permitted in order to salvage or retrieve existing cable. Any damage to electrical equipment, systems, structures, conduits, cables, and accessories or other utilities, designated to remain in place, shall be repaired or replaced expeditiously at no additional cost to the Owner and to the satisfaction of the Owner and OAR. 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. Trenches or voids resulting from the removal or demolition of existing electrical equipment or other structures shall be filled with approved material placed in layers in accordance with Item Tx -247. Concrete foundations and pads to be removed shall be obliterated full depth. SS -301-1 301-3.2 REMOVAL OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated in the plans. Any equipment that is damaged during the removal and/or relocation operation shall be subject to a reduction in payment for removal and/or relocation of the equipment. All equipment that is removed during this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the OAR. 301-3.3 RELOCATION OF EXISTING EQUIPMENT. Existing equipment that is to be relocated shall be carefully disconnected from the existing electrical system. The equipment shall be stored on site in an enclosed area protected from the weather as directed by the Owner and OAR. The Contractor shall remove existing concrete bases and shall backfill and compact these areas to match existing. The electrical power circuit shall be field located and extended to the new installation location unless otherwise noted in the Plans. Coordinate the extension of the electrical service with the extension of the electrical duct serving the equipment and install duct, splice and cable markers to mark the new complete route. Refer to the plans for additional installation requirements concerning the relocation of existing lights, signs, systems and incidentals. Any equipment that is damaged during the relocation operation shall be subject to a reduction in payment for removal and/or relocation of the equipment. Any equipment that is damaged during the relocation operation shall be repaired or replaced by the Contractor at his expense to the satisfaction of the Owner and OAR. METHOD OF MEASUREMENT 301-4.1 The quantity of existing gate operator systems of each type demolished, to be paid for under this item, shall be the number of each complete system demolished, including the structures, assemblies, concrete bases, access control equipment, adjacent light fixtures, conduit and cabling, and accessories, with salvaged equipment stored as directed by the OAR, and accepted as a completed demolished item to the satisfaction of the OAR. The area shall be restored to match existing grade. BASIS OF PAYMENT 301-5.1 Payment will be made at the contract unit price for each complete item, measured as provided above, and accepted by the OAR. 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 OAR. Payment will be made under: Item SS -301-5.1 Existing Gate Operator System, Removed — per Each END OF ITEM SS -301 SS -301-2 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 OAR. 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 OAR. 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 OAR 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. SS -305-1 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 of 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 which 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 OAR. The Contractor shall record and document drilling logs that provide drill bit locations, both horizontally and vertically. These records shall be submitted to the OAR 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 SS -305-2 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 OAR. 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 OAR. 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 OAR. Payment will be made under: Item SS -305-5.1 Directional Boring, 3 -Way 3"C Polyethylene Conduits — per Linear Foot END OF ITEM SS -305 SS -305-3 ITEM SS -350 AUTOMATIC GATE OPERATORS DESCRIPTION 350-1.1 This item shall consist of furnishing and installing gate operator systems, in accordance with this specification, the referenced specifications and drawings, and applicable security regulations. The systems shall be installed at the locations and in accordance with the dimensions, design and details shown on the plans. This work shall include the furnishing of all equipment, materials, services, and incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 350-2.1 GENERAL. a. All equipment and materials covered by the referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification as requested by the Engineer. All equipment and materials in this specification shall meet the requirements and be installed in accordance with the SS -300 specification. All equipment and materials shall be new and meet applicable manufacturer's standards. All electrical components shall be UL listed products, including gate operator standards UL 325 and UL 991 (latest editions). b. Automatic gate operator equipment shall be provided from one manufacturer for the gate operator system, access control system with card reader, photodetectors and reflectors, and loop detectors and loops. The intent of this requirement is to minimize maintenance and spare parts efforts by the Owner for the new equipment. Provide the services of a factory -authorized service representative to supervise the field assembly and connection of components and the pre -testing, testing, and adjustment of the system. The specific type of gate operator shall have been in production for a period of not less than three years. c. All materials for gate construction shall meet the requirements of Item F-162 Chain -Link Fences. d. Airport lighting equipment and materials shall meet the requirements outlined in Item SS - 300. 350-2.2 SLIDING GATE OPERATOR. Provide a vehicular sliding gate operator systems with all required accessories for a complete installation. For Gate 31 B: a. The gate operator shall be a Class III industrial, variable speed, sliding gate operator for smooth actuation of the cantilevered sliding gate where indicated that is rated for handling gates up to 1000 pounds and up to 30' in length. Submit complete data showing the overall combined weight and length of the proposed gate with accessories for coordination with the selected gate operator system. b. All microprocessor based controls shall be mounted in lockable, weatherproof housing. c. Adjustable solid state speed control set at approximately two feet per second. d. Soft start and soft stop function. Stopping, starting, and reversing shall be done electrically, not hydraulically. e. Fail secure operation required. f. The continuous duty type, electric motor shall be minimum 1 horsepower with voltage and phase as indicated on the plans. Submit complete data showing the power requirements for the system. g. The operator shall be supplied with cooling fan, relays, thermal overload protection, circuit breaker disconnect switch, power on/off switch, reset switch, convenience outlet, surge suppression, heater kit with thermostat, and other appurtenances required for a complete system. h. Drive for the gate shall be by means of a sprocket and chain acting directly on the gate; gate SS -350-1 movement shall not utilize hydraulic motors or drive rail. Limit switches shall be operated by means of concealed cams mounted on the gate to control the gate travel. j. Operator shall have manual disconnect means for secure and easy manual operation during power failure or emergency. k. Five year warranty. For all other automatic gates: a. The gate operator shall be a Class III industrial, sliding gate operator for smooth actuation of the cantilevered sliding gate where indicated that is rated for handling gates up to 1000 pounds and up to 30' in length. Submit complete data showing the overall combined weight and length of the proposed gate with accessories for coordination with the selected gate operator system. b. All microprocessor based controls shall be mounted in lockable, stainless steel, corrosion - resistant, weatherproof housing. c. Adjustable solid state speed control shall be initially set at approximately four feet per second for opening of the gate and eight feet per second for closing of the gate. d. Stopping, starting, and reversing shall be done electrically, not hydraulically. e. The electric motor shall be linear induction motor with voltage and phase as indicated on the plans. The operator shall be supplied with cooling fan, relays, thermal overload protection, circuit breaker disconnect switch, reset switch, convenience outlet, surge suppression, heater kit with thermostat, and other appurtenances required for a complete system. f. Provide gate operator with PLC memory retention ability as indicated on the plans. This feature shall allow the gate operator to track the position of the gate during generator transfer periods. g. Provide a stainless steel control cabinet with NEMA 4X rating for the gate operator. h. Drive for the gate shall be by means of linear induction motor acting on a reaction fin. The reaction fin is installed along the length of the gate; gate movement shall not utilize hydraulic motors, drive rail, or chain drive. Limit switches shall be operated by means of concealed cams mounted on the gate to control the gate travel. j. Operator shall have manual disconnect means for secure and easy manual operation during power failure or emergency. k. Five year warranty. 350-2.3 PRIMARY AND SECONDARY SAFETY PROTECTION PACKAGE. A complete primary and secondary entrapment protection package shall be installed on the gate to cause the gate to reverse if the gate strikes an object in its path. This package shall include infrared thru-beam detectors,contacts, sensors, and all required appurtenances for complete installation. 350-2.4 VEHICLE LOOP DETECTOR AND LOOP DETECTOR WIRE. The vehicle loop detector shall be an electronic device that will detect the presence and motion of vehicles that pass over a sensing loop embedded in the pavement. When a vehicle passes over the sensing loop, the detector produces a signal that activates the gate operator. The detector shall be an automatic tuning type with minimum 3 sensitivity levels plus sensitivity boost, minimum 3 frequency settings, and relay outputs as required. The detector shall test for loop faults. Provide loop detector equipment with all required accessories for a complete installation. The loop detector wire shall be #18 AWG, stranded, copper wire, 600 Volt, Type XLPE insulated and UL listed. Provide matching asphalt or concrete sealant as required. 350-2.5 TIMERS. Timers shall include maximum run and auto close timers. The auto close timer shall be used to close the gate after a pre-set delay. The delay shall be adjustable and set as directed by the Owner and Engineer during testing. 350-2.6 ACCESS CONTROL SYSTEM WITH KEYPAD. The keypad station shall consist of a vandal - resistant, weatherproof, keypad, access control system station mounted on standard 54" mounting post housing with illumination. The unit shall have easy programming functions. The unit shall have a lighted SS -350-2 stainless steel faceplate and steel enclosure. Provide keypad station with all required accessories for a complete installation. 350-2.7 ACCESS CONTROL SYSTEM WITH PROXIMITY CARD READER/KEYPAD COMBINATION UNIT. The card reader station shall consist of a vandal -resistant, weatherproof, card reader/keypad combination unit, access control system station mounted on standard 54" mounting post housing with illumination. The unit shall have easy programming functions and memory for up to 1000 users. The unit shall have a lighted stainless steel faceplate and steel enclosure. Provide proximity card reader station with all required accessories for a complete installation. Provide a minimum quantity of 50 proximity cards for each card reader station installed. New proximity card reader/keypad units shall be compatible with Software House iStar Pro access control panels. 350-2.8 POWER, CONTROL, AND COMMUNICATION SURGE PROTECTION. Each gate operator shall be equipped with a surge protection module on the incoming AC power lines. The unit shall have LED indication on the integrity of the unit. Modules shall be rated per the requirements of the drawings and the surge suppression shall be UL 1449 Third Edition Listed. Furnish and install low voltage, surge suppression modules on all control and communication lines to protect all equipment at both ends. 350-2.9 WIRE. Control wiring shall be minimum #18 AWG twisted shielded pair. Furnish and install all power, control and communication conductors and cables as required in accordance with the manufacturer's shop drawings and make all final connections. 350-2.10 TURNSTILE GATE. The turnstile gate shall be prefabricated and consistent with the dimensions shown in the plans or otherwise approved by the engineer. The turnstile shall be constructed of steel and powder coated black. The prefabricated turnstile gate shall be bidirectional in function. CONSTRUCTION METHODS 350-3.1 GENERAL. The gate operating system shall be installed at the locations shown on the plans. The gate systems shall include all necessary items to provide a fully functional unit. The Contractor shall submit a dimensioned layout plan with conduit placements shown for all components to the Engineer for approval. 350-3.2 PRECONSTRUCTION MEETING. A preconstruction meeting will be held with the Owner, Engineer, Contractor, Electrical Subcontractor and an experienced field representative of the gate operator system equipment. This meeting shall be held before any rough -in work begins on site in order to review the plans, to explain details or precautions necessary to assure that all gate operator equipment, including general layout and loop layout requirements, will work properly, and to determine that all required conduits and wiring are properly laid out. Scaled plan layout drawings of all equipment shall be submitted for review and approval prior to any work. 350-3.3 COORDINATION. The Contractor shall examine all phases of the work as shown on the drawings and as specified herein. The Contractor shall coordinate between the various trades such that the work will be performed in an orderly and efficient manner. 350-3.4 SCHEDULE OF WORK. All work shall be accomplished during the working time specified. The Contractor shall accomplish his work in such a manner to meet scheduled completion dates and to avoid delaying other trades. Due to the nature of some work and the Owner's operating schedule, work may have to be performed on weekends or late night. No additional costs to the Owner for this work schedule will be considered. Any work that requires an electrical outage or which might reasonably cause an unintentional electrical outage of the airport terminal shall be performed between midnight and 4:00 a.m. and full service restored SS -350-3 by 4:00 a.m. All electrical outages shall be scheduled and coordinated with the Airport Manager. Ten- (10) day written notice shall be required before initiating of an outage with twenty-four (24) hour verbal notice also required before initiating an outage. In the written Notice, the Contractor shall state the date of the proposed outage, time of start, approximate time of completion and purpose of the outage. The Airport Manager retains the right to cancel any outage and may order the Contractor to restore the system in case of an emergency. 350-3.5 PROTECTING OF MATERIALS. The Contractor shall provide proper storage as required to adequately protect all materials stored at the job site. Failure to comply with this requirement may be cause for the rejection or replacement of some or all of the materials. 350-3.6 WORKMANSHIP. Work shall be performed neatly and carefully by craftsmen skilled in the trade involved. Faulty or careless work will not be accepted. Unacceptable work shall be corrected by the Contractor at no charge to the Owner. 350-3.7 SPLICING. Connections shall be made by experienced personnel. All splicing shall be done in splice boxes or junction boxes. No splices are allowed in conduit. Underground splices shall be waterproof poured resin type as manufactured by 3-M or approved equal. 350-3.8 INCIDENTALS. The Contractor shall provide all items incidental to the work as shown or required to complete the installation. 350-3.9 SAFETY. It is incumbent on the Contractor to maintain the integrity of the airport electrical system for safe and reliable operation. The Contractor shall take necessary precautions to avoid damage to electric utilities, telephone circuits, and other cables. Any utility damage done by the Contractor shall be repaired as directed by the Utility's Owner or Engineer at no cost to the Owner. 350-3.10 SURGE PROTECTION. Provide surge suppression devices to protect all power, control and signal lines on all equipment. 350-3.11 GATE OPERATOR INSTALLATION. The Contractor shall install each gate operator as shown on the plans and in accordance with the manufacturer's requirements. Any installation method differing from those shown on the plans shall be approved by the Engineer in writing prior to construction. Concrete pads shall be 24" in depth. Each pad shall have'/" x 6" L bolts embedded in the concrete with a minimum of 1" of bolt protruding above the concrete surface or by means of 1/2 inch wedge anchors with 4 to 6 inch penetration. Each pad shall be finished smooth and level. Each gate operator shall be secured to the pad. All conduits entering each gate operator shall be attached to the gate operator using double lock nuts and grounding bushings. Each gate operator shall be effectively grounded to a dedicated 3/4" x 10' copper clad steel ground rod below grade. 350-3.12 VEHICLE DETECTOR INSTALLATION. The Contractor shall cut the pavement grooves for the detector loop installation to match dimensions shown on the plans. The lead wires to the detector at the gate operator shall be twisted together. The complete vehicle detector shall be checked for proper operation before sealing pavement cuts. The loop detectors at the gate operator shall be adjusted per manufacturer's instructions. 350-3.13 KEYPAD/CARD READER ENTRY INSTALLATION. The keypad/card reader control station and stand shall be installed as shown on the plans and in accordance with the manufacturer's requirements. Any installation method differing from those shown on the plans shall be approved by the Engineer in writing prior to construction. The manufacturer shall provide complete installation requirements including instructions for setting of entry controls to the Engineer prior to start of construction. Special control features shall be as indicated on the plans. The unit shall be weatherproof, suitable for reliable operation SS -350-4 during all types of weather-related conditions and emergency conditions. 350-3.14 ACCESS CONTROL SYSTEM INSTALLATION The Contractor shall be the sole source of responsibility for updating and integrating all existing databases affected by the extension of the access control system. A certified Software House, Inc. representative shall perform all database modifications, uploading and integration between the main access control system head -end equipment and all components, new and existing, affected by the installation. 350-3.15 GATE OPERATOR MISCELLANEOUS. a. Wiring. All power wiring shall be copper conductor with 600V, Type THHN/THWN-2 insulation and shall be of the sizes indicated on the plans. All control wiring shall be copper. Before installation of wiring, conduits shall be mandreled to remove all debris from conduits. No splices or connections shall be allowed inside conduit. The Contractor shall furnish all necessary labor and materials and shall make complete aboveground electrical connections. b. Underground Conduit Installation. Underground conduit shall be installed at the locations shown on the plans and as detailed on the plans. Where conduit is installed under existing pavement, pavement shall be restored to original conditions as detailed on the plans. c. Exposed Conduit Installation. Exposed conduit of the sizes shown shall be installed at the locations indicated on the plans. All exposed conduit shall be galvanized rigid steel (GRS) unless otherwise noted. All conduits shall be installed to provide for drainage. Bends shall be either factory made or field bent with bending machine intended for that use. Conduit shall be supported at a minimum of 10 - foot intervals with malleable iron conduit straps. Perforated iron strap or tie -wire will not be allowed for conduit support. Transition from exposed to underground conduit shall be made using long sweep 90 - degree bends. Where conduit changes from rigid steel to PVC conduit, suitable PVC -to -steel adapters shall be used. Crushed or deformed conduit shall not be used. Grounding bushings shall be installed on all GRS conduits and connected to the grounding system. d. Switches. Switches shall be heavy-duty enclosed safety switches (when available in manufacturers catalog) of the sizes indicated on the plans. Switches shall be non -fusible sized as indicated on the plans. Switches shall have a neutral bus. Switches shall be installed at the locations shown on the plans and as required for disconnecting means on the gate operator. e. Power Service. The Contractor shall furnish and install the necessary labor, materials, methods and excavation if required to allow installation of the electrical power supply to the gate systems shown. This shall include circuit breakers in existing panels, panels, boxes, conduit adapters, finishing new wires in new and existing conduits, and re -sealing waterproof entries as required. The Contractor shall determine the location and type of power available and shall reflect all equipment, installation and labor to utilize the existing power source in his bid price. f. Connections. The Contractor shall install the equipment and make all connections in accordance with these Plans and Specifications. Electrical power and materials as called for in the plans shall be brought to and connected with the parking gates and traffic control units in accordance with the manufacturer's requirements. Provide and install control and signal wiring and make final connections to all equipment. g. Materials. All equipment and materials shall be installed in accordance with the plans and the manufacturer's recommended instructions and specifications. h. Adjustments. Adjust and tune system and test components, wiring, and functions to verify that system is fully operational. Replace malfunctioning or damaged items. Retest until satisfactory SS -350-5 performance and conditions required are achieved, including but not limited to, proper operation of equipment and controls. 350-3.16 REMOVAL OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable equipment as indicated in the plans. Any equipment that is damaged during the removal and/or relocation operation shall be subject to a reduction in payment for removal and/or relocation of the equipment. All equipment that is removed during this project shall be transported to a location on site or removed from the site and properly disposed of as directed by the Owner and the Engineer. 350-3.17 TRAINING. Provide the services of a factory -authorized service representative to demonstrate the system and train Owner's maintenance personnel in the procedures and schedules involved in operating, troubleshooting, servicing, and preventive maintenance of the system. Provide a minimum of one day (8 hours) of technician training at a time coordinated with the Owner. Schedule the training with the Owner at least 10 days in advance and notify the Engineer. 350-3.18 GATE OPERATOR TESTING. The Contractor shall furnish all the necessary labor and equipment for testing the following work: a. Power wiring 600 volts and less. Make insulation tests with a "Megger," demonstrate that neither short circuits nor ground faults exist, and that wiring complies with NEC. Megger testing shall be performed in the presence of the Owner. Contractor shall document and submit megger test reports that include the equipment name, phase or wire number and all observed values for each wire. The Contractor shall perform additional megger tests if required and requested by the Owner at no additional cost. b. Put entire electrical system in operation, test all equipment, test all safety devices, remedy all defects, and make all necessary adjustments. Demonstrate that the entire system functions satisfactorily, as specified, as indicated, and as approved by the OAR. c. Schedule and perform an acceptance test of the system for proper operation with the Owner and Engineer. The system equipment shall be considered acceptable after being 100 percent operational and after having performed satisfactorily for fourteen (14) continuous business days with no down time. d. The installation shall be tested in operation as a completed unit prior to acceptance. Tests shall include taking megger and voltage readings. Testing equipment shall be furnished by the Contractor. Tests shall be conducted in the presence of the OAR and shall be to his/her satisfaction. e. The Contractor shall conduct a final acceptance operating test for two weeks of continuous duty before acceptance. Failure to complete the tests will require restarting the test without use of any spare parts. Two failures will be reason to reject the entire gate operator system at no cost to the Owner. 350-3.19 ACCESS CONTROL SYSTEM TESTING. The Contractor shall furnish all the necessary labor and equipment for testing the following work: a. General: A phased testing approach shall be implemented to insure that the system is capable of operating as designed. The tests shall be structured to prove that higher level components are functional prior to connection to lower level components. Successfully complete each testing phase before proceeding to the next level of testing. Any problems discovered during these tests will be documented and brought to the attention of the Owner and corrected at Contractor's expense. The Contractor shall promptly correct all problems encountered, providing field service personnel appropriately trained for the types of problems encountered. Prior to connection of the first portal, the cardholder and door configuration databases must be completely populated and new badges must have been issued. SS -350-6 b. System Communications Test: Upon completion of installation and wiring, communications testing may begin. The results of the test shall be compared to a printed copy of the transaction log for accuracy. This test should prove basic "no load" communications, upload and download integrity. c. Local Test: Upon completion of each entry/exit location, test each for specified functionality. This test should prove the basic integrity of the entire access point and the wiring and terminations between the panel and the devices. Upon successful completion of the test, the access point shall be in service, controlled by the existing access control system. d. Final Test and Acceptance: Upon completion of Local Tests, the system will be operating at normal traffic capacity with the Host in communication for this test. This test should prove "under load" communications, upload and download integrity, I/O functionality and system logic. All access control system functions shall be demonstrated to ensure the entire system is operational as required by these Specifications and Drawings. The Contractor shall provide a test schedule including the time and dates. The OAR will observe the testing. This test shall be conducted by the final test and acceptance plan as outlined below. e. The Contractor shall develop a Final Test and Acceptance (FTAA) plan. The plan shall identify each component of the system, intent of test, method or methods of test and expected results. Each component listed in the plan shall include space for test party signatures, brief comments, time of test and pass/fail check boxes. The plan shall be submitted to the OAR/Owner as part of the up -front submittal process for approval and/ or comment. A finalized version of the test plan, (based on actual installation details) shall be submitted thirty (30) days prior to the final testing. When Owner Test and Acceptance Plan comments are satisfied and the system is operational the testing may begin. The component tests shall be compared to the transaction log for accuracy, queries shall be made to narrow the test report to the test cards, card holders, operator responses and portals involved in the test. All components must be checked "pass", signed by all parties and agree with the transaction log to be complete. f. FTAA testing of the ACS shall at minimum, include requirements listed the phased testing procedure outlined above. 350-3.20 WARRANTY. The manufacturer shall furnish his recommended spare parts, installation manual, instruction manual, maintenance manuals, and input voltage surge protection. The system shall be warranted for one year from acceptance of the project. Any failure which occurs in the warranty period shall be replaced by new factory tested assemblies at no additional cost to the Owner. The gate must be able to be warrantied when installed with linear induction -type operator. METHOD OF MEASUREMENT 350-4.1 The quantity of an electrically operated gate, to be measured under this item, shall be the gate installed, as a completed and accepted unit in place, ready for operation, and accepted by the OAR. The installation shall include gate, operator, vehicle loops and detectors, proximity card readers with access control equipment, mounting posts, primary and secondary safety package equipment, surge suppression devices, lightning protection devices, panels, circuit breakers, boxes, enclosures, light fixtures, poles, CCTV cameras, camera mounting brackets, camera aiming, and all required conduits and wiring, concrete pads, bollards, and all other required appurtenances. This item shall also include all required testing and commissioning for each new CCTV camera. Cable, conduit and trenching up to three feet from the pedestal enclosure shall be considered subsidiary to the electrically operated gate installation and will not be measured for separate payment. 350-4.2 The quantity of an electrically operated turnstile, to be measured under this item, shall be the turnstile installed, as a completed and accepted unit in place, ready for operation and accepted by the OAR. The installation shall include the turnstile, the magnetic locking device, access control with keypad and card SS -350-7 reader, sensors, surge suppression devices, circuit breakers, boxes, and all required conduits and wiring, pavement repair, and all other required appurtenances. 350-4.3 The quantity of wall -mounted, fixed -view CCTV cameras, to be measured under this item, shall be the CCTV camera installed with mounting bracket, as completed and accepted unit in place, ready for operation and accepted by the OAR. The installation shall include the CCTV camera, mounting bracket with hardware, network cabling, media converter, and camera testing and commissioning. BASIS OF PAYMENT 350-5.1 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. Payment includes installation of keypad system, installation of vehicle detectors and loops, installation of safety edge equipment, concrete pads, bollards, and all required electrical power equipment, conduit and wiring. This item shall also include all conduit, wire, and other infrastructure work required for the establishment of electric service to the gate operator. Payment will be made under: Item SS -350-5.1 Gate 31 B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.2 Gate 28B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.3 Gate 20B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.4 Gate 14B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.5 Gate 5B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.6 Gate 42B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.7 Gate 34B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.8 Gate 3B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.9 Gate 43B Automatic Sliding Cantilever Gate and Operator System, Installed — per Lump Sum Item SS -350-5.10 Gate 11B Pedestrian Turnstile with Access Control, Installed — per Lump Sum Item SS -350-5.11 Wall -Mounted, Fixed -View CCTV Camera and Network Connection, Installed — per Each SS -350-8 MATERIAL REQUIREMENTS UL 325 Standard for Door, Drapery, Gate, Louver, and Window Operators and Systems UL 991 Standard for Tests for Safety -Related Controls Employing Solid State Devices END OF ITEM SS -350 SS -350-9 AC 150/5370-10G 7/21/2014 ITEM F-162 CHAIN-LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. 162-1.2 This item shall consist of the removal of the existing fence, salvage and delivery of the above ground materials, and disposal of all concrete. 162-1.3 This item shall consist of the construction of a concrete erosion control strip, including welded wire, and installation of fence tie -down anchors along the fence, in accordance with these specifications and in conformity with the locations, lines and grades shown on the plans. MATERIALS 162-2.1 FABRIC. The fabric shall be woven from a 9 gauge aluminum -coated steel wire in a 2 -inch mesh and shall conform to the requirements of ASTM A491. 162-2.2 BARBED WIRE. Barbed wire shall be 2 -strand 12-1/2 gauge aluminum -coated wire with 4 -point barbs and shall conform to the requirements of ASTM A 121. 162-2.3 POSTS, RAILS AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F 1043 or ASTM F 1083 as follows: Aluminum Pipe shall conform to the requirements of Group IB. Aluminum Shapes shall conform to the requirements of Group IIB. Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. Posts, rails, and braces, with the exception of galvanized steel conforming to ASTM F1043 or ASTM F1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B117 as follows: • External: 1,000 hours with a maximum of 5% red rust. • Internal: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables !through VI of Federal Specification RR -F-191/3 and the plans. 162-2.4 GATES. Gate frames shall consist of aluminum alloy pipe and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. Contractor shall provide a lock and key for all manual gates. Contractor shall coordinate with the airport regarding printing keys. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7 - gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR -F-191/4. F-162-1 AC 150/5370-10G 7/21/2014 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with aluminum -coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. Miscellaneous aluminum fittings for use with aluminum alloy fabric shall be wrought or cast aluminum alloy. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2500 psi. Any concrete placed at or above the ground surface shall contain 3-7 percent air content. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. 162-2.9 SIGNAGE. Gate and fence sign material and measurements shall adhere to the details in the plans. 162-2.10 PRIVACY SLATS. Where specified in the plans, fence shall be constructed with black polymer privacy insert slats. The slats shall be installed vertically into the fence fabric and shall adhere to ASTM F3000 or ASTM F3000M. CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 10 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. F-162-2 AC 150/5370-10G 7/21/2014 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced as shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence and within 50' of every end post. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch -in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA -STD -019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, Paragraph 4.2.3.8, Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities. 162-3.7 Cleaning up. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded per T-901. 162-3.8 FENCE REMOVAL. The existing fence material shall not be destroyed during removal without prior approval of the Engineer. Existing fence, including fabric, top rails, fasteners, posts, and other miscellaneous above ground hardware to be removed will not be reused except for temporary fencing but will be delivered to the Owner to a location as directed by the Engineer after removal. Construction requirements shall be as shown on the Plans and/or as approved by the Engineer. Posts shall not be cut off and abandoned in place. Post holes and all disturbed areas shall be filled with material to match the surrounding conditions, compacted and flush with the surface. The concrete erosion control strip shall be removed and disposed of off-site. The clearing of brush, hedges, heavy growth of grass or weeds, debris, rebar and rubbish of any nature to construct the proposed fence and proposed seeding/sodding shall be considered subsidiary to fence removal. At the point where fence removal stops and existing fence is to remain, the remaining (existing) fence end section shall be reconstructed/repaired to provide adequate support and security. At these locations, the Contractor shall determine how the fence is to be reconstructed and submit his determination to the Engineer for approval. End panels will be required at horizontal and vertical deflections in accordance with the requirements for the new fence. Existing gates shown to be removed shall be removed in its entirety and delivered to the Owner to a location as directed by the Engineer after removal. 162-3.9 EROSION CONTROL STRIP. a. Subgrade. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted with approved mechanical equipment. The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 98 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within +/- F-162-3 AC 150/5370-10G 7/21/2014 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167 and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. Testing of moisture content and in place density shall be at a frequency of a day's production not to exceed 1,000 linear feet. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. b. Forms. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. c. Placing and Finishing. The concrete shall be deposited in the forms upon the wetted subgrade to such depth that when it is compacted and finished, the top shall be at the required elevation. It shall be thoroughly consolidated and the edges along the form spaded to prevent honeycomb. The top shall then be struck off with a straightedge and tamped or vibrated sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. Transverse joints shall be cut with a %"jointer at each fence post, or as directed by the Engineer. Plastering will not be permitted but minor defects shall be filled with a cement mortar (1 part Portland cement to 2 parts concrete sand) applied with a wood float. When completed, the concrete shall be properly cured by covering with polyethylene sheets conforming to ASTM C 171 or a liquid membrane forming compound conforming to ASTM C 309, Type 2, or other methods approved by the Engineer. d. Backfilling. After the forms have been removed, the spaces on each side shall be backfilled with suitable material, which shall be firmly compacted by means of approved mechanical equipment and neatly graded. e. Expansion Joints. A space not less than %" wide shall be left between the sides of the strip and adjacent pavement or other structure and at 100 foot intervals, as directed. This space shall be filled with approved premolded joint filler meeting the requirements of ASTM D 1752. f. Acceptance Sampling and Testing. Concrete will be sampled and accepted in accordance with Item P-610. One sample shall be taken every day of production not to exceed 1000 linear feet of Erosion Control Strip placed. Sampling locations shall be determined by the Engineer. Two (2) specimens shall be made from each sample. See subgrade section for subgrade testing and frequency. 162-3.10 FENCE EXTENSION. Fence extension shall be constructed according to the details in the plans. Contractor shall use material specified within this specification. METHOD OF MEASUREMENT F-162-4 AC 150/5370-10G 7/21/2014 162-4.1 "8 -Foot Chain -Link Fence with 3 -Strand Barbed" Chain link fenco will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.2 "7 -Foot Black PVC Coated Chain -Link Fence with 3 -Strand Barbed Wire" will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.3 "8 -Foot Chain -Link Fence with 3 -Strand Barbed Wire and Black Privacy Slats" will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.4 Concrete Erosion Control Strip will be measured by the linear foot measured in the direction of the constructed perimeter fence, complete and accepted. 162-4.5 Gates will be measured as complete units of the type and material, specified. 162-4.6 Fence removal will be measured for payment by the linear foot. Measurement will be along the bottom of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.7 Gate removal will be measured for payment by each gate removed in its entirety. 162-4.8 Fence extension will be measured for payment per linear foot measured along the length of the fence. 162-4.9 Only gate signs as shown in the plans shall be measured for separate payment. All other signage related to fencing and/or gates is not measured for separate payment but shall be considered subsidiary to the item in which it is contained. BASIS OF PAYMENT 162-5.1 Payment for 8 -Foot Chain -Link Fence with 3 -Strand Barbed will be made at the contract unit price per linear foot. 162-5.2 Payment for 7 -Foot Black PVC Coated Chain -Link Fence with 3 -Strand will be made at the contract unit price per linear foot. 162-5.3 Payment for 8 -Foot Chain -Link Fence with 3 -Strand and black privacy slats will be made at the contract unit price per linear foot. 162-5.4 Payment for Concrete Erosion Control Strip (including welded wire fabric and tie -down anchors) will be made at the contract unit price per linear foot. 162-5.5 Payment for manual gates shall be made at the contract unit price for each of the type specified. 162-5.6 Payment for fence removal will be made at the contract unit price bid per linear foot. 162-5.7 Payment for gate removal will be paid for at the contract unit price bid for each. F-162-5 AC 150/5370-1OG 7/21/2014 162-5.8 Payment for fence extension will be paid for at the contract unit price bid per linear foot. 162-5.9 Payment for gate signs will be paid for at the contract unit price bid per each. The price shall be full compensation for furnishing all materials, and for all preparation, removal and disposal, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 8 -Foot Chain -Link Fence with 3 -Strand Barbed Wire —per linear foot Item F 162 5.2a Vehicle Gates per each Item F 162 5.2b Pedestrian Gates per each Item F-162-5.2 7 -Foot Black PVC Coated Chain -Link Fence with 3 -Strand Barbed Wire – per linear foot Item F-162-5.3 8 -Foot Chain -Link Fence with 3 -Strand Barbed Wire and Black Privacy Slats – per linear foot Item F-162-5.4 Concrete Erosion Control Strip – per linear foot Item F-162-5.5 Manual Double Swing Gate (20 -Foot Wide) – per each Item F-162-5.6 Manual Pedestrian Gate (4 -Foot Wide) – per each Item F-162-5.7 Manual Sliding Gate (20 -Foot Wide) – per each Item F-162-5.8 Fence Removal – per linear foot Item F-162-5.9 Gate Removal – per each Item F-162-5.10 Fence Extension – per linear foot Item F-162-5.11 Gate Sign – per each MATERIAL REQUIREMENTS ASTM A 121 Metallic -Coated Carbon Steel Barbed Wire ASTM A 123 Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Structural Steel F-162-6 AC 150/5370-1OG 7/21/2014 ASTM A 653 ASTM A 824 ASTM A 1011 ASTM B 117 ASTM B 221 ASTM B 429 ASTM F 668 ASTM F 1043 ASTM F 1083 ASTM F 1183 ASTM F 1345 ASTM G 152 ASTM G 153 ASTM G 154 ASTM G 155 FED SPEC RR -F-191/3 FED SPEC RR -F-191/4 Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High Strength Low Alloy with Improved Formability, and Ultra High Strength Standard Practice for Operating Salt Spray (Fog) Apparatus Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Profiles and Tubes Aluminum -Alloy Extruded Structural Pipe and Tube Polyvinyl Chloride(PVC), Polyolefin and other Organic Polymer Coated Steel Chain -Link Fence Fabric Strength and Protective Coatings on Steel Industrial Fence Framework Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures Aluminum Alloy Chain Link Fence Fabric Zinc -5% Aluminum-Mischmetal Alloy -Coated Steel Chain -Link Fence Fabric Operating Open Flame (Carbon -Arc) Light Apparatus for Exposure of Nonmetallic Materials Operating Enclosed Carbon -Arc Light Apparatus for Exposure of Nonmetallic Materials Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) FAA -STD -019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM F-162 F-162-7 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank F-162-8 AC 150/5370-10G 7/21/2014 GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: Engineer: Garver, LLC Airport: Contractor: Project Title: Garver Project Number: 15181171 Date: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Weather / Site Conditions: Model #: Model #: Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Tested By: Engineer Witness: Provide signature/date in the fields above. F-162-9 Page of AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank F-162-10 AC 150/5370-1 OG 7/21/2014 ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. Specification is specifically used for the items in which it is contained under the specification L- 110. Other items that include excavation, subgrade, and embankment are included within those specifications. 152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. classified as "rock excavation." c. Muck Excavation. Muck excavation shall consist of the removal and disposal of deposits or mixtures or produce subsidence in the embankment. It may consist of decaying stumps, roots, logs, humus, or other material not satisfactory for incorporation in the embankment. d. Drainage Excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outlet ditches; temporary levee construction; or any other type as shown on the plans. e. Borrow Excavation. Borrow excavation shall consist of approved material required for the construction of embankments or for other portions of tho work in e „ available from required excavations. Borrow material shall be obtained from areas dosignatod-lay-tho Engineer within the limits of the airport property but outside the normal limits of necessary grading, or from areas outside the airport boundaries. '• -• 152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. Material not considered by the Engineer to be suitable for use on the embankment slope shall be disposed of off-site or as directed by the Engineer. Undercuting of material unsatisfactory for subgrade foundation, roads, shoulders, or areas intended for turfing shall be considered unsuitable excavation and shall be excavated to the depth specified by the Engineer below the subgrade. 152-2.1 General. CONSTRUCTION METHODS shall be completely cleared and grubbed in accordance with Item P 151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not P-152-1 AC 150/5370-10G 7/21/2014 extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the Engineer notified per subsection 70-20 of the FAA General Provisions. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches, to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed of as described in paragraph 152-1.3. shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective Grading. When the quality of material varies significantly selective grading is indicated on the plans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas. so that it can be measured for payment as specified in paragraph 152 3.3. Selective grading will not be measured for separate payment. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the Engineer. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed off the airport. The cost is incidental to this item. This excavated • - • - _ _ . _ _ _ _ _ . _ _ _ _ . The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a necessary part of Unsuitable Excavation pact of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained as directed by the Engineer in accordance with the details shown on the plans. P-152-2 AC 150/5370-10G 7/21/2014 c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of some existing structures and utilities required to permit the orderly progress of work may will be accomplished by someone other than the Contractor; for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. All work associated with the excavation, removal, backfill, disposal, and/or stockpiling of existing structures and culverts will not be measured for separate payment but will be considered subsidiary to the item in which it is contained under L-110. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 98 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within +1- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 98 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167 and ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting shall not be allowed. e. Proof Rolling. After compaction is completed, the subgrade area shall be proof rolled with a 20 ton _•e:•• - - ' - - ' . - - ' - - of the Engineer. Apply a minimum of [ ] coverage, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over tho designated area. Soft areas of subgrado requirements in accordance with these specifications. limits as staked or as directed by the Engineer. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to tho approval of tho Engn,00r. Tho Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of P-152-3 AC 150/5370-10G 7/21/2014 acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the be drained and left in a neat, presentable condition with all slopes dressed uniformly. pri such as intercepting; inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 square yards per. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to a depth of 6" and to a density of not less than 98 percent of the maximum density as determined by ASTM D698. P-152-4 AC 150/5370-10G 7/21/2014 On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167 and ASTM 6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. The Engineer shall perform all density tests. Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet below the finished su bg rad e. There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12 -foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch, or shall not be P-152-5 AC 150/5370-10G 7/21/2014 more than 0.05 feet from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 750 feet of runway pavement or 750 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly or When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard for "topsoiling," as provided in Item T 905. Not be measured for separate payment. METHOD OF MEASUREMENT measured in its final position. position at the borrow pit. 152 3.3 Stockpiled material shall be paid for on thc basis of thc numbcr of cubic yards m asurcd in thc stockpiled position as soon as the material has been stockpiled. computed by the average end area method. The and aroa is that bound by tho original ground lino completion of all [excavation] [embankment] operations and prior to tho placing of baso or subbase Excavation and embankment shall not be measured for separate payment but shall be subsidiary to the item in which it is contained within specification L-110. BASIS OF PAYMENT 152-4.1 "Unclassified excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. P-152-6 AC 150/5370-1 OG 7/21/2014 Excavation and embankment shall not be measured for separate payment but shall be subsidiary to the item in which it is contained within specification L-110. 152 4.2 "Rock Excavation" payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. complete the item. 152 4.5 "Borrow Excavation" payment shall be made at tho contract unit prico por cubic yard. This prico complete the item. 152 4.6 "Stockpiled Material" payment shall be mado at tho contract unit prico por cubic yard. This prico complete the item. 152 4.7 For embankment in place, payment shall be made at the contract unit pricc per cubic yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P 152 '1.1 Item P 152 '1.2 Item P 152 4.3 Item P 152 '1/1 Item P 152 '1.5 Item P 152 '1.6 Item P 152 '1.7 Unclassified Excavation per Cubic Yard Rock Excavation per Cubic Yard Muck Excavation per Cubic Yard Drainage Excavation per Cubic Yard Borrow Excavation per Cubic Yard Stockpiled Material per Cubic Yard Embankment in Place per Cubic Yard TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method P-152-7 AC 150/5370-10G 7/21/2014 ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 P-152-8 AC 150/5370-1OG 7/21/2014 ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. 156-1.2 This item covers the application of Temporary Erosion Control items at locations shown on the Plans, as directed by the Engineer, and as required for permit compliance, and the requirement of the Contractor to produce, execute, and maintain a specific Storm Water Pollution Prevention Plan (SWPPP) for the project. The Contractor will also be required to request and obtain all necessary federal, state, and local permits. The temporary erosion control measures shown in the Plans do not represent the extent of work and coordination required by the Contractor under this item. MATERIALS 156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 156 2.2 MULCHES. Mulches may be hay, straw, fiber mats, nutting, bark, wood chips, or other suitable shall not create a wildlife attractant. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 SILT FENCE. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461 156-2.6 OTHER. All other materials shall meet commercial gradc standards and shall be approved by the Engineer before being incorporated into the project be in accordance ITEM 506 — TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS of the Standard Specifications, except as modified or augmented herein. Heavy Duty silt fencing (with welded wire in the fabric) may P-156-1 AC 150/5370-10G 7/21/2014 be required on steep slopes if the Engineer determines that the silt fence used by the Contractor is not performing satisfactory. CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, 156-3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided. P-156-2 AC 150/5370-10G 7/21/2014 Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 156-3.4 INSTALLATION, MAINTENANCE AND REMOVAL OF SILT FENCES. Silt fences shall extend a minimum of 16 inches and a maximum of 34 inches above the ground surface. Posts shall be set no more than 10 feet on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12 -inch overlap and securely sealed. A trench shall be excavated approximately 4 inches deep by 4 inches wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. 156-3.5 CONSTRUCTION METHODS. Providing the temporary erosion control items and devices shown on the Plans is intended to minimize the erosion of soils during construction. However, the items and devices shown are not intended to represent all of the necessary items or procedures required to be implemented by the Contractor. The plans and specifications show the Engineer's estimate of a minimum effort needed to maintain proper erosion control during construction. Additional effort and materials may be required by the Contractor to minimize the erosion of soils during construction. It shall be the Contractor's responsibility to install and maintain all the items shown in the Plans and to coordinate, submit, obtain, and comply with all necessary Federal, State, and local permits. The coordination with governing agencies shall include, but not limited to the following: ➢ Filing the Notice of Intent with the Texas Commission on Environmental Quality (TCEQ), ➢ Producing and maintaining an approved Storm Water Pollution Prevention Plan, ➢ Coordinating and obtaining all local permits regarding grading operations for the proposed improvements, Contractor's staging area, spoil placement and any other grading operations related to the project as directed by the local governing agency. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by the Engineer. Completed and accepted work will be measured as one complete item. This work includes obtaining all necessary federal, state, and local permits required to complete this project. follows: a. Temporary seeding and mulching will be measured by the square yard. b. Temporary slope drains will be measured by the linear foot. c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard of embankment placed as directed by the Engineer. d. All fertilizing will be measured by the ton. e. Installation and removal of silt fence will be measured by the [linear foot] [Lump sum]. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. P-156-3 AC 150/5370-1 OG 7/21/2014 BASIS OF PAYMENT 156-5.1 Temporary erosion control acceptably completed will be paid for at the contract lump sum price bid for "TEMPORARY EROSION CONTROL," which shall be full compensation for furnishing all materials, tools, equipment, labor, and incidentals necessary to complete the work. Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment for "TEMPORARY EROSION CONTROL" will also include obtaining and compliance with the SWPPP, which shall include compensation for drainage -way inspections, report preparation, housekeeping practices, cleaning and maintenance, and other actions outlined in the SWPPP prepared by the Contractor necessary to execute the Plan. This item consists of all erosion control items not listed as a separate pay item in the Unit Price Schedule. Any fines issued to the Owner as a result of the Contractor's insufficient execution of the SWPPP will be assessed to the Contractor. Such deductions shall not be limited to the lump sum price of this item. Payment will be made under: Item P-156-5.1 Temporary Erosion Control—per Lump Sum Item P 156 5.1a Item P 156 5.1b Item P 156 5.1c Item P1565.1d Temporary seeding and mulching per Square Yard. Temporary slope drains per Linear Foot. Temporary benches, dikes, dams and sediment basins – per Cubic Yard Item P 156 5.1e Fertilizing per Ton Installation and removal of silt fence [per Linear Feet] [Lump Sum] MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials AC 150/5200-33 Hazardous Wildlife Attractants END OF ITEM P-156 P-156-4 AC 150/5370-1OG 7/21/2014 ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints and cracks in rigid pavements. This item is specifically for items of work that specify P-610 structural concrete. Items that use TxDOT materials shall use joint sealants and other ancillary items specified in the provided TxDOT specifications. MATERIALS 605-2.1 JOINT SEALERS. Joint sealant materials shall meet the requirements of ASTM D 5893, Type SL. Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 BACKER ROD. The material furnished shall be a compressible, non -shrinking, non -staining, non - absorbing material that is non-reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509. The backer -rod material shall be 25% ± 5 % larger in diameter than the nominal width of the crack. Backer rod shall meet the requirements of ASTM D 5249 and shall be both non-reactive and non- adhesive to the concrete and the sealant material. 605-2.3 BACKUP MATERIALS. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. 605-2.4 BOND BREAKING TAPES. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. Prior to beginning the sealing operation, the Contractor shall have the sealant supplier demonstrate, to the satisfaction of the Engineer, the cleaning and installation procedures for the joint sealant to be installed on the project. 605-3.2 EQUIPMENT. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 14 days prior to use on the project. P-605-1 AC 150/5370-1OG 7/21/2014 a. Tractor -Mounted Routing Tool. Provide a routing tool, used for removing old sealant from the joints, of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand -operated spindle routing devices may be used to clean and enlarge random cracks. b. Concrete Saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where sandblasting does not provide a clean joint. c. Sandblasting Equipment. Include with the sandblasting equipment an air compressor, hose, and long -wearing venturi-type nozzle of proper size, shape and opening. The maximum nozzle opening should not exceed 1/4 inch. The air compressor shall be portable and capable of furnishing not less than 150 cfm and maintaining a line pressure of not less than 90 psi at the nozzle while in use. Demonstrate compressor capability, under job conditions, before approval. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to secure satisfactory results. d. Waterblasting Equipment. Include with the waterblasting equipment a trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit continuous operations. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to obtain satisfactory results. A pressure gauge mounted at the pump shall show at all times the pressure in psi at which the equipment is operating. e. Hand Tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. f. Hot -Poured Sealing Equipment. The unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and shall be equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space for heat transfer; a direct -connected pressure-type extruding device with a nozzle shaped for inserting in the joint to be filled; positive temperature devices for controlling the temperature of the transfer oil and sealant; and a recording type thermometer for indicating the temperature of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery hose and return to the inner kettle when not in use. g. Two -Component, Cold -Applied, Machine Mix Sealing Equipment. Provide equipment used for proportioning, mixing, and installing Federal Specification SS -S-200 Type M joint sealants designed to deliver two semifluid components through hoses to a portable mixer at a preset ratio of one (1) to one (1) by volume using pumps with an accuracy of±5% for the quantity of each component. The reservoir for each component shall be equipped with mechanical agitation devices that will maintain the components in a uniform condition without entrapping air. Incorporate provisions to permit thermostatically controlled indirect heating of the components, when required. However, immediately prior to proportioning and mixing, the temperature of either component shall not exceed 90°F (32°C). Provide screens near the top of each reservoir to remove any foreign particles or partially polymerized material that could clog fluid lines or otherwise cause misproportioning or improper mixing of the two components. Provide equipment capable of thoroughly mixing the two components through a range of application rates of 10 to 60 gallons per hour and through a range of application pressures from 50 to 1500 psi as required by material, climatic, or operating conditions. Design the mixer for the easy removal of the supply lines for cleaning and proportioning of the components. The mixing head shall accommodate nozzles of different types and sizes as may be required by various operations. The dimensions of the nozzle shall be such that the nozzle tip will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved P-605-2 AC 150/5370-10G 7/21/2014 equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. h. Two -Component, Cold -Applied, Hand -Mix Sealing Equipment. Mixing equipment for Federal Specification SS -S-200 Type H sealants shall consist of a slow -speed electric drill or air -driven mixer with a stirrer in accordance with the manufacturer's recommendations. Submit printed copies of manufacturer's recommendations 14 days prior to use on the project where installation procedures, or any part thereof, are required to be in accordance with those recommendations. Installation of the material will not be allowed until the recommendations are received. Failure to furnish these recommendations can be cause for rejection of the material. i. Cold -Applied, Single -Component Sealing Equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (i.e., caulking guns) may be used for small applications. 605-3.3 PREPARATION OF JOINTS. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more that 3 inches from it. Upon completion of cleaning, the joints shall be blown out with compressed air free of oil and water. Only air compressors with operable oil and water traps shall be used to prepare the joints for sealing. The joint faces shall be surface dry when the seal is applied. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by sandblasting, tractor - mounted routing equipment concrete saw or waterblaster as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch from the joint edge shall be sandblasted clean. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. c. Back -Up Material. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a back-up material to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backup material is placed at the specified depth and is not stretched or twisted during installation. d. Bond -Breaking Tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -breaker separating tape to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant. P-605-3 AC 150/5370-10G 7/21/2014 605-3.4 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet ahead of the joint sealing operations, perform a final cleaning with compressed air. Fill the joints from the bottom up to 1/4 inch ±1/16 inch below the pavement surface. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. 605-3.5 INSPECTION. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 CLEAN-UP. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition. METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall not be measured separately as it shall be considered subsidiary to the item in which it is contained. accepted. • BASIS OF PAYMENT 605-5.1 Payment for joint sealing material shall not be made separately as it shall be considered subsidiary to the item in which it is contained. at the contract unit price per [gallon] [pound] [linear foot]. Payment will be made under: Item P 605 5.1a Item P 605 5.1b Item P 605 5.1c ASTM D412 Joint Sealing Filler per Gallon Joint Sealing Filler per Pound Joint Sealing Filler per Linear Foot TESTING REQUIREMENTS Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers Tension ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material ASTM D1644 Standard Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS AC 150/5340-30 Design and Installation Details for Airport Visual Aids P-605-4 AC 150/5370-1OG 7/21/2014 ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot -Applied Joint Sealants in Portland -Cement Concrete and Asphalt Joints END OF ITEM P-605 P-605-5 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank P-605-6 AC 150/5370-1OG 7/21/2014 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of plain structural Portland cement concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. This specification shall be used for all structural and miscellaneous concrete including signage bases. As an alternative, contractor can use concrete according to Tx -421 Class P where P-610 is specified. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C33. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C136. P-610-1 AC 150/5370-10G 7/21/2014 Gradation For Coarse Aggregate 610-2.2.1 AGGREGATE SUSCEPTIBILITY TO DURABILITY (D) CRACKING. Aggregates that have a history of D -cracking shall not be used. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aaareaate Sieve Designation (square openings) Percentage by Weight Passing Sieves Sieve Designation (square openings) 100 2" 1-1/2" 1" 3/4" 1/2" 3/8" No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 No. 4 (50 mm) (38 mm) (25 mm) (19 mm) (12 mm) (9 mm) No. 4 to 1 in. (4.75-25 mm) 100 90-100 25-60 0-10 610-2.2.1 AGGREGATE SUSCEPTIBILITY TO DURABILITY (D) CRACKING. Aggregates that have a history of D -cracking shall not be used. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aaareaate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C150 Type I or II. If aggregates are deemed innocuous when tested in accordance with paragraph 610-2.1.a.1 and accepted in accordance with paragraph 610-2.1.a.3, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. 610-2.6 ADMIXTURES AND SUPPLEMENTARY CEMENTITIOUS MATERIAL. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an P-610-2 AC 150/5370-10G 7/21/2014 approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air - entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other chemical admixtures. The use of set retarding, and set- accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set- accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13%. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM 1752. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of reinforcing steel conforming to the requirements of ASTM A615. 610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to ASTM C171 or ASTM C309. CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,500 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5% of entrained air, ±1 %, as determined by ASTM C231 and shall have a slump of not more than 4 inches as determined by ASTM C143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Lot sizes shall be considered 1,000 cubic yards or a day's production. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. P-610-3 AC 150/5370-10G 7/21/2014 610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E329. 610-3.5 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so the required, exact weight of aggregates is obtained. 610-3.6 CONSISTENCY. The consistency of the concrete shall be determined by the slump test specified in ASTM C143. 610-3.7 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 610-3.8 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.9 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for vertical faces, walls, slender columns, and similar structures. Forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate the concrete has developed at least 60% of the design strength. 610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 EMBEDDED ITEMS. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or P-610-4 AC 150/5370-10G 7/21/2014 any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved reviewed by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 CONSTRUCTION JOINTS. If the placement of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 DEFECTIVE WORK. Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. P-610-5 AC 150/5370-10G 7/21/2014 The surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a finishing machine. 610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to air currents. Wooden forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. 610-3.19 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.20 COLD WEATHER PLACING. When concrete is placed at temperatures below 40°F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated to place the concrete at temperatures between 50°F and 100°F. Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds of Type 1 nor more than 1.6 pounds of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F until at least 60% of the designed strength has been attained. 610-3.21 HOT WEATHER PLACING. Concrete shall be properly placed and finished with procedures previously submitted. The concrete -placing temperature shall not exceed 90°F when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F. Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weather conditions. 610-3.22 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 There will be no separate measurement for this item. Portland cement concroto shall bo measured by the number of cubic yards of concrete complete in place and accepted. In computing tho yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage shall be mado for the volumes of reinforcing steel or embedded items. P-610-6 AC 150/5370-10G 7/21/2014 610-4.2 There will be no separate measurement for this item. Reinforcing steel shall be measured by the calculated theoretical number of pounds placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of BASIS OF PAYMENT 610-5.1 There will be so separate payment for this item. Payment shall be made at the contract unit price per cubic yard for structural Portland cement concrete and per pound for reinforcing stccl. These installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P 610 5.1 Structural Portland Cement Concrete per Cubic Yard Item P 610 5.2 Steel Reinforcement per Pound TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method P-610-7 AC 150/5370-1OG 7/21/2014 ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregates (Accelerated Mortar- Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air -Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements P-610-8 AC 150/5370-10G 7/21/2014 ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete P-610-9 AC 150/5370-1OG 7/21/2014 ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 P-610-10 AC 150/5370-1OG 7/21/2014 ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected. Seeds shall be applied as follows: specified in the Standard Specifications, Section 164 — Seeding for Erosion Control. Seed shall not be of a type expected by the United States Department of Agriculture (USDA) to attract hazardous wildlife. Seed -i-n-i m-u-m SeeiJ Purity (Percent) nn i n n Ger tie n (Percent) Rate-of mien lblaGre /�.. 11�/A AAA * * Seeding sha I be performed during the period between [__] and [__] otherwise approved by the Engineer. inclusive, unless 901-2.2 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. T-901-1 AC 150/5370-10G 7/21/2014 Fertilizers shall be 30-30-30 ratio commercial fertilizer and shall be spread at the rate of 150 pounds per acre. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. When the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3. b. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. c. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.3 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be T-901-2 AC 150/5370-10G 7/21/2014 equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 Ib / sq inches. The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet. One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick - release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high- pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. T-901-3 AC 150/5370-1OG 7/21/2014 Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of units acres measured on the ground surface, completed and accepted. Seeding shall be measured to the nearest tenth (0.1) of an acre. Fertilizer will not be measured for separate payment but will be considered subsidiary to seeding. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acres or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item T-901-5.1 Seeding—per acre MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt FED SPEC JJJ-S-181 Seeds, Agriculture END OF ITEM T-901 T-901-4 AC 150/5370-1OG 7/21/2014 ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions Standard Specifications, Item 162 — Sodding for Erosion Control, and any vegetation more than 6 inches in height shall be mowed to a height of 3 inches or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. Standard Specifications, Standard Specifications, Item 162 — Sodding for Erosion Control. Type of sod shall be of the type specified in the Standard Specifications, Standard Specifications, Item 162 — Sodding for Erosion Control. 904-2.2 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 30-30-30 ratio commercial fertilizer and shall be spread at the rate of 150 pounds per acre. 904-2.3 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. T-904-1 AC 150/5370-10G 7/21/2014 Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking, or other suitable methods. Any stones larger than 2 inches in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches. Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches, but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch below the pavement edge. T-904-2 AC 150/5370-1OG 7/21/2014 Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v -shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches in length and have a cross- sectional area of not less than 3/4 sq inch. The pegs shall be driven flush with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 REPAIRING. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3.5. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding—per square yard MATERIAL REQUIREMENTS ASTM C 602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 T-904-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank T-904-4 AC 150/5370-1OG 7/21/2014 ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with ASTM C 117. Topsoil testing shall be completed and paid for by the Contractor. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be T-905-1 AC 150/5370-10G 7/21/2014 smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of inches after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall not be measured for separate payment but shall be considered subsidiary to the item in which it is contained. by the number of cubic yards of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and removed for topsoiling by the Contractor shall be measured by the number of cubic yards of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. 905-4.2 Topsoil obtained off the site shall not be measured for separate payment but shall be considered subsidiary to the item in which it is contained. by the number of cubic yards of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. BASIS OF PAYMENT 905-5.1 No separate payment shall be made for this item. Payment will be made at the contract unit price- per ricoper cubic yard square yard of the specified thickness for topsoiling (obtained on the site). This price shall T-905-2 AC 150/5370-1 OG 7/21/2014 site). This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the +tem. TESTING MATERIALS ASTM C 117 Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 T-905-3 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank T-905-4 ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 - ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. 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. 110-2.2 STEEL CONDUIT. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 L-110-1 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the following requirements: • UL 514B covers W -C -1094 -Conduit fittings all types, classes 1 thru 3 and 6 thru 10. • UL 514C covers W -C-1094- all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W -C -1094 -Rigid PVC Conduit, types 1 and 11, Class 4. • UL 651A covers W -C -1094 -Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type 111 and Class 4. Underwriters Laboratories Standards UL -651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I—Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II—Schedule 40 PVC suitable for either above ground or underground use. c. Type 111 — Schedule 80 PVC suitable for either above ground or underground use either direct - buried or encased in concrete. d. Type 111—HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 SPLIT CONDUIT. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110 2.6 CONCRETE. Concrete shall conform to Item P 610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate with a minimum 28 day compressive strength of 3500 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A615 Grade 60. 110 2.7 PLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P 153, Controlled Low Strength Material. Fill shall be designed to achieve a 28 -day compressive strength of 200 psi (1/1 MPa) under pavement. 110-2.8 DETECTABLE WARNING TAPE. Plastic, detectable, American Wood Preservers Association (AWPA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS L-110-2 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches (0.5 m) below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m) below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound (90 kg) test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m). Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand L-110-3 containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under and subsidiary to the respective trenching or conduit or duct bank pay item. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted per Item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (0.5 m) below finished grade where installed in unpaved areas. L-110-4 Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m) beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. The Contractor shall space the conduits not less than 3 inch (75 mm) apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 -foot (1.5-m) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3 -inch (75 -mm) wide tape only for single conduit runs. Utilize the 6 -inch (150 -mm) wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5. L-110-5 When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 inches (100 - 150 mm) thick extending approximately one inch (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by the Engineer, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by the Engineer. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm) and 1/4 inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter. In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift L-110-6 shall be made for each 250 linear feet (76 m) of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include sodding and seeding shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) 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. BASIS OF PAYMENT 110-5.1 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. Payment will be made under: Item L-110-5.1 Non -Encased, Electrical Duct Bank, 3 -Way 3"C with Schedule 40 PVC Conduit - per Linear Foot Item L-110-5.2 Non -Encased, Electrical Duct Bank, 3 -Way 3"C with Schedule 80 PVC Conduit - per Linear Foot Item L-110-5.3 Non -Encased, Electrical Duct Bank, 3 -Way 3"C with Schedule 80 PVC Conduit and Sawcut Pavement Repair - per Linear Foot Item L-110-5.4 Non -Encased, Electrical Conduit, 1 -Way 1-1/2"C with Schedule 40 PVC Conduit - per Linear Foot Item L-110-5.5 Non -Encased, Electrical Conduit, 1 -Way 1-1/2"C with Schedule 80 PVC Conduit - per Linear Foot L-110-7 Item L-110-5.6 Non -Encased, Electrical Conduit, 1 -Way 1-1/2"C with Schedule 80 PVC Conduit and Sawcut Pavement Repair - per Linear Foot Item L-110-5.7 Non -Encased, Electrical Conduit, 1 -Way 1-2"C with Schedule 40 PVC Conduit - per Linear Foot MATERIAL REQUIREMENTS Advisory Circular (AC) 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon - Steel Bars for Concrete Reinforcement ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft- Ibf/ft3(2,700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D2922 Standard Test Methods for Density of Soil and Soil - Aggregate in Place by Nuclear Methods (Shallow Depth) NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit - Steel Underwriters Laboratories Standard 514B Conduit, Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 L-110-8 ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3 - ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes, specified in this document. e. 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 the date of 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. 115-2.2 CONCRETE STRUCTURES. Cast -in-place concrete structures shall be per the details and dimensions shown on the plans. Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand withstand 100,000 L-115-1 Ib. aircraft wheel loads loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Threaded inserts and pulling eyes shall be cast in as shown. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review per the process defined in the General Provisions. 115 2.3 JUNCTION BOXES. Junction boxes shall be L 867 Cla c 1 (non load b wring) or L 868 Clay.. 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a galvanized Covers shall be 3/8 inch (9 mm) thickne"€ for L 867 and 3/4 inch (19 mm) thickne"€ for L 868. 115 2.4 MORTAR. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall be per the requirements in ASTM C150, Type I. The 1.1 cement in an amount not to exceed 15% of the weight of ccmcnt used. The hydrated lime shall meet the requirements of ASTM C6. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115 2.5 CONCRETE. All concrete used in structures shall conform to the requirements of Item P 610, Structural Portland Ccmcnt Concrctc. 115-2.6 FRAMES AND COVERS. The frames shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536 Ductile iron castings f. ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 100,000 lbs. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required. L-115-2 1910.146 (c)(2). 115 2.7 LADDERS. Ladders, if specified, shall be galvanized steel or as shown on the plans. 115-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.9 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans. 115 2.10 FLOWABLE BACKFILL. Flowablc material used to backfill shall conform to the requirements, of Item P 153, Controlled Low Strcngth Material. 115-2.11 CABLE TRAYS. Cable trays shall be of galvanized steel, plastic, or aluminum. Cable trays shall be located as shown on the plans. 115-2.12 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Banks and Conduits. 115-2.13 CONDUIT TERMINATORS. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.14 PULLING -IN IRONS. Pulling -in irons shall be manufactured with 7/8 inch (22 mm) diameter hot - dipped galvanized steel or stress -relieved carbon steel roping designed for concrete applications (7 strand, 1/2 inch (12 mm) diameter with an ultimate strength of 270,000 psi (1862 Mpa)). Where stress -relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.15 GROUND RODS. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 feet (2.4 m) long nor less than 5/8 inch (16 mm) in diameter. CONSTRUCTION METHODS 115-3.1 UNCLASSIFIED EXCAVATION. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part. Dewatering necessary for L-115 structure installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-115. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-115 Item. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. L-115-3 The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches (150 mm) of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue -and -groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly into the concrete walls of the structure. 115 3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure. 115-3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches (150 mm) of material is placed above the L-115-4 top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill. 115-3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete -encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 115-3.9 GROUNDING. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches (150 mm) above the floor. The ground rod shall be installed within one foot (30 cm) of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 inch (100 mm) diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot (30 cm) above the floor of the structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical, using a lug designed for that purpose. 115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold -galvanizing compound per MIL -P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. L-115-5 The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall -of -potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81. This test shall be performed prior to establishing connections to other ground electrodes. 115 3.13 MANHOLE ELEVATION ADJUSTMENTS. The Contractor shall adjust the tops of existing manholes in areas designated in thc Contract Documcnts to thc new elevations shown. Thc Contractor chall bc responsible for dctcrmining thc cxact hcight adjustment required to raise thc top of each manhole field and subtracted/added from thc proposed top elevation. The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as rcquircd by final grades. Finally, the Contractor shall reinstall the manhole top section or ring and cover on top and check the new top elevation. that arc not to bc paved. Thc concrete slab shall conform to thc dimensions shown on thc plans. 115-3.14 DUCT EXTENSION TO EXISTING DUCTS. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 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 L-115-6 • Dewatering If Required • Temporary Cables and Connections • Ground Rod Testing 115 4.2 Manhole elevation adjustments shall be measured by the completed unit installed, in place, completed, and accepted. Separate measurement shall not be made for the various types and sizes. BASIS OF PAYMENT 115-5.1 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 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. 115-5.2 Payment shall be made at the contract unit price for manhole elevation adjustments. 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, including but not limited to, spacers, concrete, rebar, dewatering, excavating, backfill, topsoil, sodding and pavement restoration, where required, to complete this item as shown in the plans and to the satisfaction of the Engineer. Payment will be made under: Item L-115-5.1 Precast Concrete, Aircraft -Rated, Electrical Handhole, 2'L x 3'W x 3'D, Installed — per Each Item L-115-5.2 Concrete Encased, Prefabricated Electrical Handhole, Size 2'L x 3'W x 2'D, Installed — per Each MATERIAL REQUIREMENTS ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Advisory Circular (AC) 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A -A 59544 Cable and Wire, Electrical (Power, Fixed Installation) L-115-7 ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 ASTM A48 ASTM A123 Standard Specification for Ferritic Malleable Iron Castings Standard Specification for Gray Iron Castings Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A615 Standard Specification for Deformed and Plain Carbon - Steel Bars for Concrete Reinforcement ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C206 Standard Specification for Finishing Hydrated Lime FAA EB #83 In Pavement Light Fixture Bolts MIL -P-21035 Paint High Zinc Dust Content, Galvanizing Repair NFPA-70 National Electrical Code (NEC) END OF ITEM L-115 L-115-8 247 Item 247 Flexible Base Texas Department ofTransportation 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. Use Tex -100-E material definitions. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements of Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mit for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1 unless shown on the plans. Table 1 Material Requirements Property Test Method Grade 1-2 Grade 3 Grade 42 Grade 5 Sampling Tex -400-A Master gradation sieve size (cumulative % retained) Tex -110-E 2-1/2" 0 0 As shown on the plans 0 1-3/4" 0-10 0-10 0-5 7/8" 10-35 - 10-35 3/8" 30-65 - 35-65 #4 45-75 45-75 45-75 #40 65-90 50-85 70-90 Liquid Limit, % Max Tex -104-E 40 40 As shown on the plans 35 Plasticity Index, Maxi Tex -106-E 10 12 As shown on the plans 10 Plasticity index, Mini As shown on the plans As shown on the plans As shown on the plans As shown on the plans Wet ball mill, % Max Tex -116-E 40 As shown on the plans 40 Wet ball mill, % Max increase passing the20 #40 sieve As shown on the plans 20 Min compressive strength, psi Tex -117-E As shown on the plans lateral pressure 0 psi 35 - - lateral pressure 3 psi 90 lateral pressure 15 psi 175 - 175 1. Determine plastic index in accordance with Tex -107-E (linear shrinkage) when liquid limit is unattainable as defined inTex-104-E. 2. Grade 4 may be further designated as Grade 4A, Grade 4B, etc. 2.1.1. Material Tolerances. The Engineer may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. The Engineer may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 126 247 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following: 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex -460-A, Part I. Blending of 2 or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.1.3.2., "Recycled Material (including Crushed Concrete) Requirements," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. 2.1.2.5. Type E. Caliche, iron ore or as otherwise shown on the plans. 2.1.3. Rccycicd Material. Rccycicd as•phalt pavcmcnt (RAP) and othcr rccycicd matcrials may be uscd whcn shown on the plans. Rcqucst approval to blond 2 or morc sourccs of rccycicd matcrials. Recycled asphalt Pavement shall not be used. 2.1.3.1. Limits on Percentage. Do not exceed 20% RAP by weight, when RAP is allowed, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. 2.1.3.2. Recycled Material (Including Crushed Concrete) Requirements. 2.1.3.2.1. Contractor -Furnished Recycled Materials. Provide recycled materials that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex -145-E. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS -11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex -413-A. For RAP, do not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex -406-A. Test RAP without removing the asphalt. 2.1.3.2.2. Department -Furnished Required Recycled Materials. When the Department furnishes and requiresthe use of recycled materials, unless otherwise shown on the plans: • Department -required recycled material will not be subject to the requirements in Table 1, • Contractor -furnished materials are subject to the requirements in Table 1 and this Item, • the final product, blended, will be subject to the requirements in Table 1, and • for final product, unblended (100% Department -furnished required recycled material), the liquid limit, plasticity index, wet ball mill, and compressive strength is waived. Crush Department -furnished RAP so that 100% passes the 2 in. sieve. The Contractor is responsible for uniformly blending to meet the percentage required. 2.1.3.2.3. Department -Furnished and Allowed Recycled Materials. When the Department furnishes and allowsthe use of recycled materials or allows the Contractor to furnish recycled materials, the final blended product is subject to the requirements of Table 1 and the plans. 2.1.3.3. Recycled Material Sources. Department -owned recycled material is available to the Contractor onlywhen shown on the plans. Return unused Department -owned recycled materials to the Departmentstockpile location designated by the Engineer unless otherwise shown on the plans. 127 247 The use of Contractor -owned recycled materials is allowed when shown on the plans. Contractor -owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. Do not intermingle Contractor -owned recycled material with Department -owned recycled material unless approved. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non- commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 3.2. When ride quality measurement is required, provide a high speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. no greater than 75 feet unless otherwise approved. After construction and acceptance of the stockpile, loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100 -ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100 -ft. station, manipulate in accordance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Treated and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 98 percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within *1- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM 01556 or ASTM 02167 and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. The finished grading 128 4.2. 247 operations, conforming to the typical section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross- section, and alignment shown on the plans oras directed by the Engineer. Preparation of subgrade and the imported fill required to prepare subgrade shall be considered subsidiary to Tx -24Z When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. Proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying when shown on the plans or directed. Correct soft spots asdirected. 4.3. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.4. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mphas directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex -140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying,adding material as required, reshaping, recompacting, and refinishing at the Contractor'sexpense. 4.4.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.4.2. Density Control. Compact to at least 100% of the maximum dry density determined by Tex -113-E, unless otherwise shown on the plans. Maintain moisture during compaction within ±2 percentage points of the optimum moisture content as determined by Tex -113-E. Measure the moisture content of the material in accordance with Tex -115-E or Tex -103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Do not achieve density by drying the material after compaction. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex -115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 129 247 4.5. Finishing. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at anapproved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or asdirected. Correct grade deviations greater than 1/4 in. in 16 feet measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding, or removing material. Reshape and re -compact in accordance with Section 247.4.3.,"Compaction." 4.6. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 4.7. Ride Quality. This section applies to the final travel lanes that receive a 1 or 2 course surface treatment for the final surface, unless otherwise shown on the plans. Measure ride quality of the base course after placement of the prime coat and before placement of the surface treatment, unless otherwise approved. Use a certified profiler operator from the Department's MPL. When requested, furnish the Engineer documentation for the person certified to operate the profiler. 130 247 Provide all profile measurements to the Engineer in electronic data files within 3 days after placement of the prime coat using the format specified in Tex -1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi.sections having an average international roughness index (IRI) value greater than 100.0 in. per mile to an IRI value of 100.0 in. per mile or less for each wheelpath, unless otherwise shown on the plans. Re -profile and correct sections that fail to maintain ride quality until placement of the next course, as directed. Correct re -profiled sections until specification requirements are met, as approved. Perform this work at no additional expense to the Department. 5. MEASUREMENT Flexible base will be measured as follows: ■ Flexible Base (Complete In Place). The ton, square yard, or any cubic yard method. Flexible Base (Roadway Delivery). The ton or any cubic yard mcthod. Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. 5.1. Cubic Yard in Vehicle. By thc cubic yard in vchicics of uniform capacity at thc point ofdclivcry. 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position by the method of average end aroas. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of bace course is computed in place by the method of average end areas between the original subgradeor oxicting baso curfacoc and tho linos, grados, and slopos of tho accoptod baso courso as shown on the plans. 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex 103 E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a cet of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the types of work shown below. No additional payment will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid forin accordance with Item 216, "Proof Rolling." 131 247 Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in accordance with pertinent Items or Article 4.4., "Changes in theWork." 6.1. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard mcasurcmcnt, "In Vchicic," "In Stockpilc," or "In Final Position" will be specified. The unit pricc bid will not includc procccsing at the roadway. This pricc is full compensation for furnishing matcrials,tcmporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of material ,+rnishing scales and labor for weighing and measuring,and oquipmont, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubicyard measurement, "In Vehicle" or "In Stockpile" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile aroa, tomporary or pormanont stockpiling, assistanco provided in stockpile sampling and operations to level stockpiles for mcasurcmcnt, loading, hauling, dclivcry of matcrials to the stockpile, furnishing scales and labor for wcighing and mcasuring, and cquipmcnt, labor, tools, and incidcntals. Payment will be made under: Item TX -247-5.1 Flexible Base (Complete in Place), 8" Thickness, Grade 1, Type D —per Square Yard 132 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 360 Item 360 Concrete Pavement Texas Department of Transportation 1. DESCRIPTION Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 2. MATERIALS 2.1. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421,"Hydraulic Cement Concrete." Use compressive strength testing unless otherwise shown on the plans. Provide Class P concrete designed to meet a minimum average compressive strength of 3,200 psi or a minimumaverage flexural strength of 450 psi at 7 days ora minimum average compressive strength of 4,000 psi ora minimum average flexural strength of 570 psi at 28 days. Test in accordance with Tex -448-A orTex-418-A. Obtain written approval if the concrete mix design exceeds 520 Ib. of cementitious material. Use coarse aggregates for continuously reinforced concrete pavements to produce concrete with a coefficient of thermal expansion not more than 5.5 x 10-6 in./in./°F. Provide satisfactory Tex -428-A test data from an approved testing laboratory if the coarse aggregate coefficient of thermal expansion listed on the Department's Concrete Rated Source Quality Catalog is not equal to or less than 5.5 x 10-6 /in./°F. Provide Class HES concrete for very early opening of small pavement areas or leave -outs to traffic when shown on the plans or allowed. Design Class HES to meet the requirements of Class P and a minimum average compressive strength of 3,200 psi ora minimum average flexural strength of 450 psi in 24hr., unless other early strength and time requirements are shown on the plans or allowed. Use Class A or P concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. 2.2. Reinforcing Steel. Provide Grade 60 or above, deformed steel for bar reinforcement in accordancewith Item 440, "Reinforcement for Concrete." Provide positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 2.2.1. Dowels. Provide smooth, straight dowels of the size shown on the plans, free of burrs, and conforming to the requirements of Item 440, "Reinforcement for Concrete." Coat dowels with a thin film of grease, wax, silicone or other approved de -bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple -piece tie bars or single -piece tie bars as shown on the plans. Furnish multiple piece tie bar assemblies from the list of approved multiple -piece tie bars that have been prequalified in accordance with DMS -4515 "Multiple Piece Tie Bars forConcrete Pavements," when used. Multiple -piece tie bars used on individual projects must be sampled in accordance with Tex -711-I, and tested in accordance with DMS -4515 "Multiple Piece Tie Bars for Concrete Pavements." 2.3. Alternative Reinforcing Materials. Provide reinforcement materials of the dimensions and with the physical properties specified when allowed or required by the plans. Provide manufacturer's certification of required material properties. 387 360 2.4. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS -4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS -1 emulsified asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlaid with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements of Item 422, "Concrete Superstructures." Provide insulating blankets for curing fast track concrete pavement with a minimum thermal resistance (R) rating of 0.5 hour -square foot F/BTU. Use insulating blankets that are free from tears and are in good condition. 2.5. Epoxy. Provide Type III, Class C epoxy in accordance with DMS -6100, "Epoxies and Adhesives," for installing all drilled -in reinforcing steel. Submit a work plan and request approval for the use of epoxy types other than Type III, Class C. 2.6. Evaporation Retardant. Provide evaporation retardant conforming to DMS -4650., "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." 2.7. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint -sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS -6310, "Joint Sealants and Fillers." 3. EQUIPMENT Furnish and maintain all equipment in good working condition. Use measuring, mixing, anddelivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Obtain approval for other equipment used. 3.1. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically -operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically -operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate ata frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at all joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 3.2. Forming Equipment. 3.2.1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100 -ft. radius or less. 3.2.2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 388 360 3.3. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details when approved. 3.4. Texturing Equipment. 3.4.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable supportsystem. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpetto accommodate specific applications. 3.4.2. Tining Equipment. Provide a self-propelled metal tine device equipped with steel tines with cross-section approximately 1/32 in. thick x 1/12 in. wide. Provide tines for transverse tining equipment spaced at approximately 1 in., center -to -center, or provide tines for longitudinal tining equipment spaced at approximately 3/4 in., center -to -center. Manual methods that produce an equivalent texture may be used when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and in emergencies due to equipment breakdown. 3.5. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically -pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when required to meet the requirements of Section 360.4.9., "Curing." Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas, narrow width sections, or in emergencies due to equipment breakdown. 3.6. Sawing Equipment. Provide power -driven concrete saws to saw the joints shown on the plans. Provide standby power -driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. 3.7. Grinding Equipment. Provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic grade control capable of grinding at least a 3 -ft. width longitudinally in each pass without damaging the concrete. 3.8. Testing Equipment. Provide testing equipment regardless of job -control testing responsibilities in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown on the plans orspecified. 3.9. Coring Equipment. Provide coring equipment capable of extracting cores in accordance withthe requirements of Tex -424-A when required. 3.10. Miscellaneous Equipment. Furnish both 10 -ft. and 15 -ft. steel or magnesium long -handled, standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. 4. CONSTRUCTION Obtain approval for adjustments to plan grade -line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water before placing pavementconcrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. 389 360 4.1. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including methods to construct transverse joints, methods to consolidate concrete at joints, longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. 4.2. Job -Control Testing. Perform all fresh and hardened concrete job -control testing at the specified frequency unless otherwise shown on the plans. Provide job -control testing personnel meeting the requirements of Item 421, "Hydraulic Cement Concrete." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength -testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump and temperature to verify concrete conformance and consistency on start-up production days. Sample and prepare strength -test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set ofstrength- test specimens for each production day. Perform slump and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. The Engineer will perform job -control testing when the testing by the Contractor is waived by the plans; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 4.2.1. Job -Control Strength. Use 7 -day job -control concrete strength testing in accordance with Tex -448-A or Tex -418-A unless otherwise shown on the plans or permitted. Use a compressive strength of 3,200 psi or a lower job -control strength value proven to meet a 28 -day compressive strength of 4,000 psi as correlated in accordance with Tex -427-A for 7 -day job -control by compressive strength. Uce a flexural strength of 150 psi ora lower job control strength value proven to meet a 28 day floxural strongth of 570 psi as corrolatod in accordance with Tex 127 A for 7 day job control by flexural strength. Compressive strength tests shall be performed. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex -427-A when approved. Job -control strength of Class HES concrete is based on the required strength and time. Investigate the strength test procedures, the quality of materials, the concrete production operations,and other possible problem areas to determine the cause when a job -control concrete strength test value is more than 10% below the required job -control strength or when 3 consecutive job -control strength values fall below the required job -control strength. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may wi//suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low -strength test values in a timely manner. The Engineer will evaluate the structural adequacy of the pavements if any job -control strength is more than 15% below the required job -control strength. Remove and replace pavements found to be structurally inadequate 15% below the requiredjob-control strength at no additional cost when directed. 4.2.2. Split -Sample Verification Testing. Perform split -sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least 1 for every 10 job -control samples. The Engineer will evaluate the results of split -sample verification testing. Immediately investigate and take corrective action as approved when results of split -sample verification testing differ more than the allowable differences shown in Table 1, or the average of 10 job -control strength results and the Engineer's split -sample strength result differ by more than 10%. 390 360 Table 1 Verification Testing Limits Test Method Allowable Differences Temperature, Tex -422-A 2°F Slump, Tex -415-A 1 in. Flexural strength, Tex -448-A 19% Compressive strength, Tex -418-A 10% 4.3. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the lap locations so that no more than 1/3 of the longitudinal steel is spliced in any given 12 -ft. width and 2 -ft. length of the pavement. Use multiple -piece tie bars, drill and epoxy grout tie bars, or, if approved, mechanically -inserted single -piece tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied or mechanically inserted into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 15 bars using ASTM E488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. Perform corrective measures to provideequivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 4.3.1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 4.3.2. Mechanical Placement. Complete the work using manual placement methods described above if mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies. 4.4. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. Install a rigid transverse bulkhead, for the reinforcing steel, and shaped accurately to the cross-section of the pavement when placing of concrete is stopped. 4.4.1. Placing Reinforcement at Joints. Complete and place the assembly of parts at pavement joints atthe required location and elevation, with all parts rigidly secured in the required position, when shown on the plans. 4.4.2. Transverse Construction Joints. 4.4.2.1. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. 4.4.2.2. Concrete Pavement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location when the placing of concrete is intentionally stopped. Install a transverse construction joint either at a planned transverse contraction joint location or mid - slab between planned transverse contraction joints when the placing of concrete is unintentionally stopped. Install tie bars of the size and spacing used in the longitudinal joints for mid -slab construction joints. 4.4.2.3. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. Place reinforcing steel into the plastic concrete pavement for non -monolithic curbs as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width 391 360 of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 4.5. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement wit be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead fora transverse construction joint has been removed unless otherwise approved. Promptly apply membrane curing compound to the edge of the concrete pavement when forms are removed before 72 hr. after concrete placement. Forms that are not the same depth as the pavement, but are within 2 in. of that depth are permitted ifthe subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100 -ft. radius or less. 4.6. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Begin the discharge of concrete delivered in agitated delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Place non -agitated concrete within 45 min. after batching. Reduce times as directed when hot weather or other conditions cause quick setting of the concrete. 4.7. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrators to distribute concrete. 4.7.1. Consolidation. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion -type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete along forms, at all joints and in areas not accessible to the machine - mounted vibrators. Do not operate machine -mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 4.7.2. Curbs. Conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter" where curbs are placed separately. 4.7.3. Temperature Restrictions. Place concrete that is between 40°F and 95°F when measured in accordance with Tex -422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action orcease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or 392 360 above 40°F. Protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period when temperatures warrant protection against freezing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged byfreezing. 4.8. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power -driven spreaders, power -driven vibrators, power -driven strike -off, screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike -off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if floator straightedge operations result in excess slurry. 4.8.1. Finished Surface. Perform sufficient checks with long -handled 10 -ft. and 15 -ft. straightedges on the plastic concrete to ensure the final surface is within the tolerances specified in Surface Test A in Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 4.8.2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens, and the use of evaporation retardants. Apply evaporation retardant at the manufacturer's recommended rate. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shutdown of pavement operations. 4.8.3. Surface Texturing. Complete final texturing before the concrete has attained its initial set. Drag the carpet longitudinally along the pavement surface with the carpet contact surface area adjusted to providea satisfactory coarsely textured surface. Prevent the carpet from getting plugged with grout. Do not perform carpet dragging operations while there is excessive bleed water. A metal -tine texture finish is required unless otherwise shown on the plans. Provide transverse tining unless otherwise shown on the plans. Immediately following the carpet drag, apply a single coat ofevaporation retardant, if needed, at the rate recommended by the manufacturer. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods to achieve similar results on ramps, smallor irregular areas, and narrow width sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled forblanket diamond grinding or shot blasting. Target a carpet drag texture of 0.04 in., as measured by Tex -436-A, when carpet drag is the only surface texture required on the plans. Ensure adequate and consistent macro -texture is achieved byapplying enough weight to the carpet and by keeping the carpet from getting plugged with grout. Correct any location with a texture less than 0.03 in. by diamond grinding or shot blasting. The Engineer will determine the test locations at points located transversely to the direction of traffic in the outside wheel path. 4.8.4. Small, Irregular Area, or Narrow Width Placements. Use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. 4.8.5. Emergency Procedures. Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 4.9. Curing. Keep the concrete pavement surface from drying as described in Section 360.4.8.2.,"Maintenance of Surface Moisture," until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24 -hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or the surface temperature of the concrete is maintained above 40°F for 24 hr. 393 360 Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 422, "Concrete Superstructures," may be used when specified or approved. 4.9.1. Membrane Curing. Spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of no more than 180 sq. ft. per gallon. Apply the curing compound before allowing the concrete surface to dry. Manage finishing and texturing operations to ensure placement of curing compound on a moist concrete surface, relatively free of bleed water, to prevent any plastic shrinkage cracking. Time the application of curing compound to prevent plastic shrinkage cracking. Maintain curing compounds in a uniformly agitated condition, free of settlement before and during application. Do not thin or dilute the curing compound. Apply additional compound at the same rate of coverage to correct damage where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage. Ensure that the curing compound coats the sides of the tining grooves. 4.9.2. Asphalt Curing. Apply a uniform coating of asphalt curing at a rate of 90 to 180 sq. ft. per gallon whenan asphaltic concrete overlay is required. Apply curing immediately after texturing and once the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 4.9.3. Curing Class HES Concrete. Provide membrane curing in accordance with Section 360.4.9.1., "Membrane Curing," for all Class HES concrete pavement. Promptly follow by wet mat curing in accordance with Section 422.4.8., "Final Curing," until opening strength is achieved but not less than 24 hr. 4.9.4. Curing Fast -Track Concrete. Provide wet mat curing unless otherwise shown on the plans or as directed. Cure in accordance with Section 422.4.8., "Final Curing." Apply a Type 1-D or Type 2 membrane cure instead of wet mat curing if the air temperature is below 65°F and insulating blankets are used. 4.10. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw - cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. 4.11. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility ofthe Contractor regardless of job -control testing responsibilities unless otherwise shown on the plans or as directed. Testing result interpretation for opening to traffic is subject to approval. 4.11.1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Protect the pavement from damage due to crossings using approved methods before opening to traffic. Where adetour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface fromweather. 394 360 4.11.2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work before opening to traffic. 4.11.3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 360.4.11.4., "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4.11.4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 3,200 psi, except thatpavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. 4.11.4.1. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. 4.11.4.2. Maturity Method. Use the maturity method, Tex -426-A, to estimate concrete strength for earlyopening pavement to traffic unless otherwise shown on the plans. Install at least 2 maturity sensors for each day's placement in areas where the maturity method will be used for early opening. Maturity sensors, when used, will be installed near the day's final placement for areas being evaluated for early opening. Use test specimens to verify the strength—maturity relationship in accordance with Tex -426-A, starting with the first day's placement corresponding to the early opening pavement section. Verify the strength—maturity relationship at least every 10 days of production after the first day. Establish a new strength—maturity relationship when the strength specimens deviate more than 10% from the maturity - estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength—maturity relationship deviates by more than 10% until a new strength—maturity relationship is established. The Engineer will determine the frequency of verification when the maturity method is used intermittently or for only specific areas. 4.11.5. Fast Track Concrete Pavement. Open the pavement after the concrete has been cured for at least 8 hr. and attained a minimum compressive strength of 1,800 psi or a minimum flexural strength of 255 psiwhen tested in accordance with Section 360.4.11.4.1., "Strength Testing," or Section 360.4.11.4.2., "Maturity Method," unless otherwise directed. Cover the pavement with insulating blankets when the air temperature is below 65°F until the pavement is opened to traffic. 4.11.6. Emergency Opening to Traffic. Open the pavement to traffic under emergency conditions, when the pavement is at least 72 hr. old when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 4.12. Pavement Thickness. The Engineer will check the thickness in accordance with Tex -423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 ft. or fraction thereof. Core where directed, inaccordance with Tex -424-A, to verify deficiencies of more than 0.2 in. from plan thickness and to determine the limits of deficiencies of more than 0.75 in. from plan thickness. Fill core holes using an approved concrete mixture and method. 4.12.1. Thickness Deficiencies Greater than 0.2 in. Take one 4 -in. diameter core at that location to verifythe measurement when any depth test measured in accordance with Tex -423-A is deficient by more than 0.2 in. from the plan thickness. 395 360 Take 2 additional cores from the unit (as defined in Section 360.4.12.3., "Pavement Units forPayment Adjustment") at intervals of at least 150 ft. and at selected locations if the core is deficient by more than 0.2 in., but not by more than 0.75 in. from the plan thickness, and determine the thickness of the unitfor payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in. will be considered as the specified thickness plus 0.2 in. 4.12.2. Thickness Deficiencies Greater than 0.75 in. Take additional cores at 10 -ft. intervals in eachdirection parallel to the centerline to determine the boundary of the deficient area if a core is deficient by more than 0.75 in. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 in., but not more than 1 in. Remove and replace the deficient areas without additional compensation orretain deficient areas without compensation, as directed. Remove and replace any area of pavement found deficient in thickness by more than 1 in. without additionalcompensation. 4.12.3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 in. to not more than 0.75 in. are 500 ft. of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 -ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 ft. in length. Areas less than 500 ft. in length will be individually evaluated for payment adjustment based on the plan area. 4.13. Ride Quality. Measure ride quality in accordance with Item 585, "Ride Quality for PavementSurfaces," unless otherwise shown on the plans. 5. MEASUREMENT This Item will be measured as follows: 5.1. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. 5.2. Curb. Curb on concrete pavement will be measured by the foot in place. 6. PAYMENT These prices are full compensation for materials, equipment, labor, tools, and incidentals. 6.1. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the adjusted unit price bid for"Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6.2., "Deficient Thickness Adjustment." 6.2. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thicknessby more than 0.2 in. but not more than 0.75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.12.3., "Pavement Units for Payment Adjustment." 396 360 Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores (in.) Proportional Part of Contract Price Allowed (Adjustment Factor) Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 6.3. Curb. Work performed and furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Curb" of the type specified. Payment will be made under: Item TX -360-5.1 Concrete Pavement (7" Thickness) —per Square Yard 397 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 421 Item 421 Hydraulic Cement Concrete Texas Department of Transportation 1. DESCRIPTION Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 2. MATERIALS Use materials from prequalified sources listed on the Department website. Provide coarse and fine aggregates from sources listed in the Department's Concrete Rated Source Quality Catalog (CRSQC). Use materials from non -listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with unapproved material. 2.1. Cement. Furnish cement conforming to DMS -4600, "Hydraulic Cement." 2.2. Supplementary Cementing Materials (SCM). • Fly Ash. Furnish fly ash, ultra -fine fly ash (UFFA), and modified Class F fly ash (MFFA) conforming to DMS -4610, "Fly Ash." • Slag Cement. Furnish Slag Cement conforming to DMS -4620, "Ground Granulated BlastFurnace Slag." • Silica Fume. Furnish silica fume conforming to DMS -4630, "Silica Fume." • Metakaolin. Furnish metakaolin conforming to DMS -4635, "Metakaolin." 2.3. Cementitious Material. Cementitious materials are the cement and supplementary cementing materials used in concrete. 2.4. Chemical Admixtures. Furnish admixtures conforming to DMS -4640, "Chemical Admixtures for Concrete." 2.5. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. Provide test reports showing compliance with Table 1 before use when using water from other sources. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. 461 421 Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration (ppm or mg\L) Chloride (CI) ASTM C114 90 Prestressed concrete ASTM C403 500 Bridge decks & superstructure L.A. Abrasion Wear, %Max 500 All other concrete 5 -Cycle Magnesium Sulfate Soundness,1,2 non -air -entrained concrete, %Max 1,000 Sulfate (SO4) ASTM C114 2,000 Alkalies (Na20 +0.658K20) ASTM C114 600 Total solids ASTM C1603 50,000 Table 2 Acceptance Criteria for Questionable Water Supplies Property Test Method Limits Compressive strength, min % control at 7 days ASTM C31, ASTM C391,2 90 Time of set, deviation from control, h:min. ASTM C403 From 1:00 early to 1:30 later Base comparisons on fixed proportions and the same volume of test water compared to the control mix using 100% potable water or distilled water. 2. Base comparisons on sets consisting of at least 2 standard specimens made from a composite sample. Do not use mix water that has an adverse effect on the air -entraining agent, on any otherchemical admixture, or on strength or time of set of the concrete. Use mixing and curing water free of iron and other impurities that may cause staining or discoloration when using white hydraulic cement. 2.6. Aggregate. 2.6.1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations which are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform qualitythroughout. Provide coarse aggregate with the requirements listed in Table 3 unless otherwise shown on the plan. Table 3 Coarse Aggreqate Requirements Description Test Method Limit Weight of Clay Lumps, %Max Tex -413-A 0.25 Weight of Shale, % Max 1.0 Weight of Laminate and Friable Particle, %Max 5.0 L.A. Abrasion Wear, %Max Tex -410-A 40 5 -Cycle Magnesium Sulfate Soundness,1,2 non -air -entrained concrete, %Max Tex 411 A 25 5 -Cycle Magnesium Sulfate Soundness,1,3air-entrained concrete, %Max 18 Loss by Decantation, %Max Tex -406-A 1.5 1. Recycled crushed hydraulic cement concrete is not subject to 5 -cycle magnesium sulfate soundness requirements. 2. Allowed when air -entrained concrete is used at the Contractor's option. 3. Only when air -entrained concrete is required by the plans. Increase the loss by decantation limit to 3.0% for all classes of concrete and 5.0% for Class A, B, and P if the material finer than the No. 200 sieve is determined to be at least 85% calcium carbonate in accordance with Tex -406-A, Part III, in the case of coarse aggregates made primarily from crushing stone unless otherwise shown on the plans. Provide test results upon request. Provide coarse aggregate conforming to the gradation requirements shown in Table 4 when tested in accordance with Tex -401-A unless otherwise specified. 462 421 Table 4 Coarse Anaregate Gradation Chart Aggregate Grade No.1 Maximum Nominal Size Percent Passing on Each Sieve 2-1/2" 2" 1-1/2" 1" 3/4" 1/2" 3/8" #4 #8 1 2" 100 80-100 50-85 0-32 20-40 0-10 2 1-1/2" 100 95-100 35-70 10-30 0-10 3 1-1/2" 100 95-100 60-90 25-60 0-10 4 (57) 1" 100 95-100 25-60 0-10 0-5 5 (67) 3/4" 100 90-100 20-55 0-10 0-5 6 (7) 1/2" 100 90-100 40-70 0-15 0-5 7 3/8" 100 70-95 0-25 8 3/8" 100 95-100 20-65 0-10 Corresponding ASTM C33 gradation shown in parentheses. 2.6.2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural, manufactured sand, recycled crushed hydraulic cement concrete, slag, lightweight aggregate, or a combinationthereof. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material. Provide fine aggregates with the requirements in Table 5 unless otherwise shown on the plans. Table 5 Fine Aaareaate Requirements Description Test Method Limit Weight of Clay Lumps, %Max Tex -413-A 0.50 Organic Impurities' Tex -408-A Color not darker than standard Sand Equivalent Tex -203-F 80 Fineness Modulus Tex -402-A 2.3 to 3.1 1. Only when air -entrained concrete is specified. Provide fine aggregate or combinations of aggregates conforming to the gradation requirements shown in Table 6 when tested in accordance with Tex -401-A unless otherwise specified. Table 6 Fine Aggregate Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8" 100 #4 95-100 #8 80-100 #16 50-85 #30 25-65 #50 10-351 #100 0-10 #200 0-32 1. 6-35 when sand equivalent value is greater than 85. 2. 0-6 for manufactured sand. 2.6.3. Intermediate Aggregate. Provide intermediate aggregate consisting of clean, hard, durable particles of natural, manufactured sand, slag, recycled crushed hydraulic cement concrete, lightweight aggregate, or a combination thereof when optimized aggregate gradation (OAG) concrete is specified or when used at the Contractor's option. Provide intermediate aggregate free from frozen material and injurious amounts ofsalt, alkali, vegetable matter, or other objectionable material. Provide intermediate aggregate with the requirements in Table7. 463 421 Table 7 Intermediate Aaareaate Requirements Description Test Method Limit Weight of Clay Lumps, %Max Tex -413-A 0.50 L.A. Abrasion Wear,' %Max Tex -410-A 40 5 -Cycle Magnesium Sulfate Soundness,' 23 non -air -entrained concrete, %Max Tex 411 A 25 5 -Cycle Magnesium Sulfate Soundness,124air-entrained concrete, %Max 18 Organic Impurities5 Tex -408-A Color not darker than standard Loss by Decantation,' % Max Tex -406-A 1.5 1. Only applies to the portion retained on the No. 4 sieve, if more than 30% of the intermediate aggregate is retained on the No. 4 sieve. 2. Recycled crushed hydraulic cement concrete is not subject to 5 -cycle magnesium sulfate soundness requirements. 3. Allowed when air -entrained concrete is used at the Contractor's option. 4. Only when air -entrained concrete is required by the plans. 5. Only applies to the portion passing the 3/8 in. sieve, if more than 30% of the intermediate aggregate is passing the 3/8 in. sieve. For the portion retained on the No. 4 sieve, if more than 30% of the intermediate aggregate is retained on the No. 4 sieve, and in the case of aggregates made primarily from crushing stone, unless otherwise shown on the plans, the loss by decantation may be increased to 3.0% for all classes of concrete and 5.0% for Class A, B, and P if the material finer than the No. 200 sieve is determined to be at least 85% calcium carbonate in accordance with Tex -406-A, Part III. Provide test results upon request. 2.7. Mortar and Grout. Furnish pre-packaged grouts conforming to DMS -4675, "Cementitious Groutsand Mortars for Miscellaneous Applications," when specified for applications other than post -tension grouting. Section 421.4.2.6., "Mix Design Options," does not apply for mortar and grout. 2.8. Storage of Materials. 2.8.1. Cement and Supplementary Cementing Materials. Store all cement and supplementary cementing materials in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of packaged cementitious material may be stored in the open, on a raised platform, and under waterproof covering for up to 48 hr. 2.8.2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. Clear and level the sites for the stockpiles of all vegetation if the aggregates are stored on the ground and do not use the bottom 6 -in. layer of aggregate without cleaning the aggregate before use. Maintain separate stockpiles and prevent intermixing when conditions require the use of 2 or more grades of coarse aggregates. Separate the stockpiles using physical barriers where space is limited. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre -blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 2.8.3. Chemical Admixtures. Store admixtures in accordance with manufacturer's recommendations and prevent admixtures from freezing. 3. EQUIPMENT 3.1. Concrete Plants and Mixing Equipment. Except for volumetric stationary plant or truck (auger) mixers, each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C94. Anew certification or signed and sealed report is required every time a plant is moved. Plants with a licensed professional engineer's inspection require re -inspection every 2 yr. Provide a copy of the certification or the 464 421 signed and sealed inspection report to the Engineer. Remove equipment or facilities from service until corrected when they fail to meet specification requirements. When allowed on the plans or by the Engineer, for concrete classes not identified as structural concrete in Table 8 or for Class C concrete not used for bridge -class structures, the Engineer may inspect and approve all plants and trucks instead of the NRMCA or non -Department engineer -sealed certifications. The criteria and frequency of Engineer approval of plants and trucks is the same used for NRMCA certification. Inspect and furnish inspection reports on the condition of blades and fins and their percent wear from the original manufacturer's design for truck mixers and agitators annually. Repair mixing equipmentexhibiting 10% or more wear before use. If an inspection within 12 mo. is not practical, a 2 -mo. grace period (for a maximum of 14 mo. between inspections) is permitted. 3.1.1. Scales. Check all scales before beginning of operations, after each move, or whenever their accuracyor adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C94 requirements. Check batching accuracy of volumetric water batching devices at least every 90 days. Check batching accuracy of chemical admixture dispensing devices at least every 6 mo. Perform daily checks as necessary to ensure measuring accuracy. 3.1.2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Provide volumetric mixers that comply with ASTM C685. Provide test data showing mixers meet the uniformity test requirements of Tex -472-A. Unless allowed on the plans or by the Engineer, volumetric truck (auger) mixers may not supply classes of concrete identified as structural concrete in Table 8. 3.1.3. Agitators and Truck and Stationary Mixers. Provide stationary and truck mixers capable of combining the ingredients of the concrete into a thoroughly mixed and uniform mass and capable of discharging the concrete so at least 5 of the 6 requirements of Tex -472-A are met. Perform concrete uniformity tests on mixers or agitators in accordance with Tex -472-A as directed, to resolve issues of mix uniformity and mixer performance. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment. Remove all equipment that fails the uniformity test from service. Inspect and maintain mixers and agitators. Keep them free of concrete buildup, and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer's recommended operating speed and rated capacity for mixing and agitating. 3.2. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass, and discharging the concrete with a satisfactory degree of uniformity. Provide equipment with smooth, mortar -tight metal containers equipped with gates that preventaccidental discharge of the concrete when using non -agitating equipment for transporting concrete. Maintain hauling equipment clean and free of built-upconcrete. 3.3. Testing Equipment. Furnish and maintain the following in accordance with the pertinent test procedure unless otherwise shown on the plans or specified: • sieves necessary to perform aggregate gradation analysis when optimized aggregate gradation is specified, 465 421 • equipment necessary to perform Tex -415-A and Tex -422-A, • equipment necessary to perform Tex -409-A or Tex -425-A, • test molds, • curing facilities, • maturity meters if used, and • wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength -testing equipment when required in accordance with the Contract -controlling test unless shown otherwise. 4. CONSTRUCTION 4.1. Classification of Concrete Mix Designs. Provide classes of concrete meeting the requirements shown in Table 8. A higher -strength class of concrete with equal or lower water-to-cementitious material (w/cm) ratio may be substituted for the specified class of concrete when approved. 4.2. Mix Design Proportioning. Furnish mix designs using ACI 211, Tex -470-A, or other approved procedures for the classes of concrete listed in Table 8 unless a design method is indicated on the plans. Perform mix design proportioning by absolute volume method unless otherwise approved. Perform cement replacement using equivalent weight method unless otherwise approved. Do not exceed the maximum w/cm ratio listed in Table 8 when designing the mixture. 4.2.1. Cementitious Materials. Do not exceed 700 Ib. of cementitious material per cubic yard of concrete unless otherwise specified or approved. • Use cement of the same type and from the same source for monolithic placements. • Do not use supplementary cementing materials when white hydraulic cement is specified. Table 8 Concrete Classes Class of Concrete Design Strength,1 Min f'c (psi) Max wlcm Ratio Coarse Aggregate 234 Grades , Cement Types Mix Design Options Exceptions to Mix Design Options General Usages A 3,000 0.60 1-4, 8 I, 11, 1/11, IL, IP, IS, IT, V 1, 2, 4, & 7 When the cementitious material content does notexceed 520 Ib./cu. yd., Class C Fly ash may be used instead of Class F fly ash. Inlets, manholes, curb, gutter, curb & gutter, conc. retards, sidewalks, driveways, back-up walls, anchors, non -reinforced drilled shafts B 2,000 0.60 2-7 Riprap, traffic signal controller foundations, small roadside signs, and anchors C6 3,600 0.45 1-6 I, 11,1/11, 1P, IS, IT, V 1-8 Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct traffic culverts, headwalls, wing walls, approach slabs, inlets, manholes, concrete traffic barrier (cast -in-place) E 3,000 0.50 2-5 1, 11,1/11, IL, IP, IS, IT,7 V 1-8 When the cementitious material content does not exceed 520 Ib./cu. yd., Class C fly ash may be used instead of Class F Fly ash. Seal concrete F6 Note 0.45 2-5 I, 11,1/11, 1P, IS, IT,7V Railroad structures; occasionally for bridge piers, columns, or bents 466 Table 8 (continued) Concrete Classes 421 Class of Concrete Design Strength,1 Min fc (psi) Max wlcm Ratio Coarse Aggregate Grades2-34 Cement Types Mix Design Options p Exce tions to Mix Design Options General Usages H6 Notee 0.45 3-6 I, II, I/11, I I I, IP, IS, IT,7 V 1 5 Do not use Type III cementin mass placement concrete. Up to 20% of blended cement may be replaced with listed SCMs when Option 4 is used for precast concrete. Precast concrete, post -tension members S6 4,000 0.45 2-5 1, II, 1/1I, IP, IS, IT,7V 1 8 Bridge slabs, top slabs of direct traffic culverts P See Item 360, Concrete Pavement." 0.50 2-3 I, II, I/11, IL, IP, IS, IT, V 1-8 When the cementitious material content does not exceed 520 Ib./cu. yd., Class C fly ash may be used instead of Class F fly ash. Concrete pavement CO6 4,600 0.40 6 1, 11, 1/11, IP, IS, IT,7V 1-8 Bridge deck concrete overlay LMC6 4,000 0.40 6-8 Latex -modified concrete overlay SS6 3,600 0.45 4-6 Use a minimum cementitious material content of 658 Ib./cu. yd. of concrete. Slurry displacement shafts, underwater drilled shafts K6 Notes 0.40 Notes I, II, I/11, III IP, IS, IT,7V Notes HES Notee 0.45 Notes 1, IL, 11,1/11, 111 Mix design options do notapply. 700 Ib. of cementitious material per cubic yard limit does not apply. Concrete pavement, concrete pavement repair X" (HPC) 6,9,10 Note11 0.45 Note11 IP,1ISI/IT,711, 1V 1-5, & 8 Maximum fly ash replacement for Options 1 and 3 maybe increased to 45%. mayl Up t beo 0replaced� of a lwth I blendedcement SCMs for Option 4. Do not use Option 8 for precast concrete. X" (SRC) 6,9,10 Note11 0.45 Note11 1/11, 11, IP, IS, IT,7 V 1-4 , & 7 Do not use Class C Fly Ash Type 111 -MS may be used where allowed. Type I and Type III cements may be used with Options 1-3, with a maximum w/cm of0.40. Up to 20% of blended cement may be replaced with listed SCMs when Option 4 is used for precast concrete. Do not use Option 7 for precast concrete. 1. Design strength must be attained within 56 days. 2. Do not use Grade 1 coarse aggregate except in massive foundations with 4 in. minimum clear spacing between reinforcing steel bars, unless otherwise permitted. Do not use Grade 1 aggregate in drilled shafts. 3. Use Grade 8 aggregate in extruded curbs unless otherwise approved. 4. Other grades of coarse aggregate maybe used in non-structural concrete classes when allowed by the Engineer. 5. For information only. 6. Structural concrete classes. 7. Do not use Type IT cements containing > 5% limestone. 8. As shown on the plans or specified. 9. "X" denotes class of concrete shown on the plans or specified. 10. (HPC): High Performance Concrete, (SRC): Sulfate Resistant Concrete. 11. Same as class of concrete shown on the plans. 4.2.2. Aggregates. Recycled crushed hydraulic cement concrete may be used as a coarse or fine aggregate in Class A, B, D, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. 467 421 Use light-colored aggregates when white hydraulic cement isspecified. Use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex -612-J in all concrete subject to directtraffic. Use the following equation to determine if the aggregate combination meets the acid insoluble residue requirement when blending fine aggregate or using an intermediateaggregate: (A HP)+(A HP)+(A HP) 1 1 2 2 is iQ LJ 60% 100 where: A, = acid insoluble (%) of fine aggregate 1 A2 = acid insoluble (%) of fine aggregate 2 Aia= acid insoluble (%) of intermediate aggregate passing the 3/8 in. sieve P, = percent by weight of fine aggregate 1 of the fine aggregate blend P2= percent by weight of fine aggregate 2 of the fine aggregate blend Pa= percent by weight of intermediate aggregate passing the 3/8 in. sieve Alternatively to the above equation, blend fine aggregate with a micro-deval loss of less than 12%, when tested in accordance with Tex -461-A, with at least 40% of a fine aggregate with an acid insoluble residue of at least 60%. 4.2.3. Chemical Admixtures. Do not use Type C, Type E, Type F, or Type G admixtures in Class S bridge deck concrete. Do not use chemical admixtures containing calcium chloride in any concrete. Use a 30% calcium nitrite solution when a corrosion -inhibiting admixture is required. The corrosion -inhibiting admixture must be set neutral unless otherwise approved. Dose the admixture at the rate of gallonsof admixture per cubic yard of concrete shown on the plans. 4.2.4. Air Entrainment. Use an approved air -entraining admixture when air -entrained concrete is specified,or when an air -entraining admixture is used at the Contractor's option, and do not exceed the manufacturer's recommended dosage. Ensure the minimum entrained air content is at least 3.0% for all classes of concrete except Class P when air -entrained concrete is specified, during trial batch, or when providing previousfield data. 4.2.5. Slump. Provide concrete with a slump in accordance with Table 9 unless otherwise specified. When approved, the slump of a given concrete mix may be increased above the values shown in Table 9using chemical admixtures, provided the admixture -treated concrete has the same or lower water-to-cementitious material ratio and does not exhibit segregation or excessive bleeding. Request approval to exceed the slump limits in Table 9 sufficiently in advance for proper evaluation by the Engineer. Perform job -control testing of slump in accordance with Section 421.4.8.3.1., "Job-ControlTesting." 468 421 Table 9 Placement SIumD Requirements General Usage1 Placement Slump Range? in. Walls (over 9 in. thick), caps, columns, piers, approach slabs, concrete overlays 3 to 5 Bridge slabs, top slabs of direct traffic culverts, latex -modified concrete for bridge deck overlays 3 to 5-1/2 Inlets, manholes, walls (less than 9 in. thick), bridge railing, culverts, concrete traffic barrier, concrete pavement (formed), seal concrete 4 to 5-1/2 Precast concrete 4 to 9 Underwater concrete placements 6 to 8-1/2 Drilled shafts, slurry displaced and underwater drilledshafts See Item 416, "Drilled Shaft Foundations." Curb, gutter, curb and gutter, concrete retards, sidewalk, driveways, anchors, riprap, small roadsidesign foundations, concrete pavement repair, concrete repair As approved 1. For information only. 2. For fiber reinforced concrete, perform slump before addition of fibers. 4.2.6. Mix Design Options. 4.2.6.1. Option 1. Replace 20% to 35% of the cement with Class F fly ash. 4.2.6.2. Option 2. Replace 35% to 50% of the cement with slag cement or MFFA. 4.2.6.3. Option 3. Replace 35% to 50% of the cement with a combination of Class F fly ash, slag cement, MFFA, UFFA, metakaolin, or silica fume; however, no more than 35% may be fly ash, and no more than 10% may be silica fume. 4.2.6.4. Option 4. Use Type IP, Type IS, or Type IT cement as allowed in Table 5 for each class of concrete. Up to 10% of a Type IP, Type IS, or Type IT cement may be replaced with Class F fly ash, slag cement, or silica fume. Use no more than 10% silica fume in the final cementitious material mixture if the Type IT cement contains silica fume, and silica fume is used to replace the cement. 4.2.6.5. Option 5. Replace 35% to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. 4.2.6.6. Option 6. Use a lithium nitrate admixture at a minimum dosage determined by testing conducted in accordance with Tex -471-A, "Lithium Dosage Determination Using Accelerated Mortar Bar Testing." Before use of the mix, provide an annual certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's MPL, certified by the Construction Division as being capable of testing according to Tex -471-A, "Lithium Dosage Determination Using Accelerated Mortar Bar Testing." 4.2.6.7. Option 7. Ensure the total alkali contribution from the cement in the concrete does not exceed 3.5 Ib. per cubic yard of concrete when using hydraulic cement not containing SCMs calculated as follows: (lb. cement per cu. yd.) H (/0Na 0 equivalent in cement ) 2 lb. alkali per cu. yd. — 100 4.2.6.8. Option 8. Perform annual testing as required for any deviations from Options 1-5 or use mix design options listed in Table 10. Laboratories performing ASTM C1260, ASTM C1567, and ASTM 01293 testing mustbe listed on the Department's MPL. Before use of the mix, provide a certified test report signed and sealed bya licensed professional engineer demonstrating the proposed mixture conforms to the requirements of Table 10. Provide a certified test report signed and sealed by a licensed professional engineer, when HPC is required, and less than 20% of the cement is replaced with SCMs, demonstrating ASTM C1202 test results indicate the permeability of the concrete is less than 1,500 coulombs tested immediately after either of the following curing schedules: 469 421 • Moisture cure specimens 56 days at 73°F. • Moisture cure specimens 7 days at 73°F followed by 21 days at 100°F. Table 10 Option 8 Testing and Mix Design Requirements Scenario ASTM C1260 Result Testing Requirements for Mix Design Materials or Prescriptive Mix Design Options' Mix Design Fine Aggregate Mix Design Coarse Aggregate A > 0.10% > 0.10% Determine the dosage of SCMs needed to limit the 14 -day expansion of each aggregate2 to 0.08% when tested individually in accordance with ASTM C1567, or Use a minimum of 40% Class C fly ash with a maximum Ca03 content of 25%. B S 0.10% S 0.10% Use a minimum of 40% Class C fly ash with a maximum Ca03 content of 25%, or Use any ternary combination which replaces 35% to 50% of cement. S 0.10% ASTM C12931 yr. Expansion S 0.04% Use a minimum of 20% of any Class C fly ash, or Use any ternary combination which replaces 35% to 50% of cement. C S 0.10% > 0.10% Determine the dosage of SCMs needed to limit the 14 -day expansion of coarse and intermediate2 aggregate to 0.08% when tested individually in accordancewith ASTM C1567, or Use a minimum of 40% Class C fly ash with a maximum Ca03 content of 25%. D > 0.10% S 0.10% Use a minimum of 40% Class C fly ash with a maximum Ca03 content of 25%, or Use any ternary combination which replaces 35% to 50% of cement. > 0.10% ASTM C1293 1 yr. Expansion S 0.04% Determine the dosage of SCMs needed to limit the 14 -day expansion offine aggregate to 0.08% when tested in accordance with ASTM C1567. Do not use Class C fly ash if the ASTM C1260 value of the fine, intermediate, or coarse aggregate is 0.30% or greater, unless the fly ash is used as part of a ternary system. 2. Intermediate size aggregates will fall under the requirements of mix design coarse aggregate. 3. Average the Ca0 content from the previous ten values as listed on the mill certificate. 4.2.7. Optimized Aggregate Gradation (OAG) Concrete. The gradation requirements in Table 3 and Table 4do not apply when OAG concrete is specified or used by the Contractor unless otherwise shown on the plans. Use Tex -470 to establish the optimized aggregate gradation. Use at least 420 Ib. per cubic yard of cementitious material when OAG concrete is used unless otherwise approved. Use a coarse aggregate with a maximum nominal size of 1-1/2 in. for Class P concrete. Use a coarse aggregate for all other classes of concrete with a maximum nominal size not larger than: • 1/5 the narrowest dimension between sides of forms, or • 1/3 the depth of slabs, or • 3/4 the minimum clear spacing between individual reinforcing bars or wires, bundles of bars, individual tendons, bundled tendons, or ducts. Make necessary adjustments to individual aggregate stockpile proportions during OAG concrete production when the gradation deviates from the optimized gradation requirements. 4.2.8. Self -Consolidating Concrete (SCC). Provide SCC meeting the following requirements shown in Table 11 when approved for use in precast concrete. Use concrete with a slump flow that can be placedwithout vibration and will not segregate or excessively bleed. Increase the slump flow of a given concrete mix above the values shown in Table 11 when approved, provided the concrete has the same or lower water-to-cementitious material ratio and meets all other requirements listed in Table 11. Request approval to exceed the slump flow limits sufficiently in advance for proper evaluation by the Engineer. 470 421 Table 11 Mix Design Requirements for SCC Tests Test Method Acceptable Limits Slump Flow for Precast Concrete ASTM C1611 22 to 271 Slump Flow for Drilled Shafts ASTM C1611 19 to 241 T5o, sec ASTM C1611 2 to 7 VSI Rating ASTM C1611 0 or 1 Passing Ability, in. ASTM C1621 S 2 Segregation Column, % ASTM C1610 S 10 Bleeding, % ASTM C232 S 2.5 These slump flow limits are generally acceptable for most app ications. However, slump flow limits may be adjusted during mix design approval process and when approved by the Engineer. 4.3. Concrete Trial Batches. Perform preliminary and final trial batches when required by the plans, orwhen previous satisfactory field data is not available. Submit previous satisfactory field data to the Engineer showing the proposed mix design conforms to specification requirements when trial batches are not required and before concrete is placed. Perform preliminary and final trial batches for all self -consolidating concrete mix designs. 4.3.1. Preliminary Trial Batches. Perform all necessary preliminary trial batch testing when required, and provide documentation including mix design, material proportions, and test results substantiating the mix design conforms to specification requirements. 4.3.2. Final Trial batches. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job when required. Make the batch size at least 50% of the mixer's rated capacity. Perform fresh concrete tests for air content and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least one set of design strength specimens, consisting of 2 specimens per set, at 7 -day, 28 -day, and at least one additional age unless otherwise directed. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Conduct all testing listed in Table 11 when performing trial batches for self -consolidating concrete. Make an additional mixture with 3% more water than the preliminary trial batch. Make necessary adjustments to the mix design if this additional mixture does not meet requirements of Table 11. Cast and evaluate mock-ups for precast concrete that are representative of the actual product as directed. Provide the Engineer the option of witnessing final trial batches, including the testing of the concrete and the casting of the mock-ups before placement. If not provided this option, the Engineer may require additional trial batches, including testing and mock-ups, before the concrete is placed. Establish 7 -day compressive strength target values using the following formula for each Class A, B, and E concrete mix designs to be used: Target value = Minimum designstrengthH 7 dayavg.trialbatchstrength 28 - dayavg.trialbatchstrength Submit previous satisfactory field data, data from a new trial batch, or other evidence showing the change will not adversely affect the relevant properties of the concrete when changes are made to the type, brand, or source of aggregates, cement, SCM, water, or chemical admixtures. Submit the data for approval before making changes to the mix design. A change in vendor does not necessarily constitute a change in materials or source. The Engineer may waive new trial batches when there is a prior record of satisfactory performance with the ingredients. During concrete production, dosage changes of chemical admixtures used in the trial batches will not require a re-evaluation of the mix design. 471 421 The Contractor has the option of performing trial batches in conjunction with concrete placements except for SCC mixtures, when new trial batches are required during the course of the project. If the concrete fails to meet any requirement, the Engineer will determine acceptability and paymentadjustments. Establish the strength–maturity relationship in accordance with Tex -426-A when the maturity method is specified or permitted. When using the maturity method, any changes in any of the ingredients, including changes in proportions, will require the development of a new strength–maturity relationship for the mix. 4.3.3. Mix Design of Record. Once a trial batch or previously satisfactory field data substantiates the mix design, the proportions and mixing methods used become the mix design of record. Do not exceed mix design water - to -cement ratio. 4.4. Production Testing. 4.4.1. Aggregate Moisture Testing. Determine moisture content per Tex -409-A or Tex -425-A forcoarse, intermediate, and fine aggregates at least twice a week, when there is an apparent change, or fornew shipments of aggregate. When aggregate hoppers or storage bins are equipped with properly maintained electronic moisture probes for continuous moisture determination, moisture tests per Tex-409-Aor Tex -425-A are not required. Electronic moisture probes, however, must be verified at least every 90 days against Tex -409-A and be accurate to within 1.0% of the actual moisture content. When producing SCC, and when aggregate hoppers or storage bins are not equipped with electricmoisture probes, determine the moisture content of the aggregates before producing the first concrete batch each day. Thereafter, determine the moisture content every 4 hr. or when there is an apparent change while SCC is being produced. 4.4.2. Aggregate Gradation Testing. Perform a sieve analysis in accordance with Tex -401 -Aon each stockpile used in the blend at least one day before producing OAG concrete when producing optimized aggregate gradation concrete. Perform sieve analysis on each stockpile after every 10,000 cubic yards of OAG concrete produced. Provide sieve analysis data to the Engineer. 4.5. Measurement of Materials. 4.5.1. Non -Volumetric Mixers. Measure aggregates by weight. Correct batch weight measurements for aggregate moisture content. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a hopper and on a separate scale from those used for other materials. Measure the cement firstwhen measuring the cumulative weight. Measure concrete chemical admixtures by weight or volume. Measure batch materials within the tolerances of Table 12. Table 12 Mix Design Batching Tolerances—Non-Volumetric Mixers Material Tolerance (%) Cement, wt. -1 to +3 SCM, wt. -1 to +3 Cement + SCM (cumulative weighing), wt. -1 to +3 Water, wt. or volume ±31 Fine aggregate, wt. ±2 Coarse aggregate, wt. ±2 Fine + coarse aggregate (cumulative weighing), wt. ±1 Chemical admixtures, wt. or volume ±3 Allowable deviation from target weight not including water withheld or moisture in the aggregate. The Engineer will verify the water-to-cementitious material ratio iswithin specified limits. Ensure the quantity measured, when measuring cementitious materials at less than 30% of scale capacity, is accurate to not less than the required amount and not more than 4% in excess. Ensure the cumulative quantity, when measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, 472 421 is measured accurate to ±0.3% of scale capacity or ±3% of the required cumulative weight, whichever is less. Measure cement in number of bags under special circumstances when approved. Use the weights listed on the packaging. Weighing bags of cement is not required. Ensure fractional bags are not used except for small hand -mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. 4.5.2. Volumetric Mixers. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. Base tolerances on volume–weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 13. Correct batch measurements for aggregate moisture content. Table 13 Mix Design Batching Tolerances—Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM,wt.% Oto+4 Fine aggregate, wt. % ±2 Coarse aggregate, wt. % ±2 Admixtures, wt. or volume % ±3 Water, wt. or volume % ±1 4.6. Mixing and Delivering Concrete. 4.6.1. Mixing Concrete. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. Provide concrete ina thoroughly mixed and uniform mass with a satisfactory degree of uniformity when tested in accordance with Tex -472-A. Do not top -load new concrete onto returned concrete. Adjust mixing times and batching operations as necessary when the concrete contains silica fume to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders madefrom trial batches. Make necessary changes to the batching operations, if uniform dispersion is not achieved, until uniform and complete dispersion of the silica fume is achieved. Mix concrete by hand methods or in a small motor -driven mixer when permitted, for small placements of less than 2 cu. yd. For such placements, proportion the mix by volume or weight. 4.6.2. Delivering Concrete. Deliver concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Conduct testing in accordance with Tex -472-A when there is a reason to suspect the uniformity of concrete and as directed. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Adding chemical admixtures or the portion of water withheld is only permitted at the jobsite, underthe supervision of the Engineer, to adjust the slump or slump flow of the concrete. Do not add water or chemical admixtures to the batch after more than an amount needed to conduct slump testing has been discharged. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. When this water is added, do not exceed the approved mix design water-to- cementitious material ratio. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, "Concrete Batch Ticket." The Engineer will verify all required information is provided on the delivery tickets. The Engineer may suspend concrete operations until the corrective actions are 473 421 implemented if delivery tickets do not provide the required information. The Engineer will verify the design water-to-cementitious material ratio is notexceeded. Begin the discharge of concrete delivered in truck mixers within the times listed in Table 14. Concrete may be discharged after these times provided the concrete temperature and slump meet the requirements listed in this Item and other pertinent Items. Perform these tests with certified testing personnel per Section 421.4.8.1., "Certification of Testing Personnel." Provide the Engineer the option of witnessing testing of the concrete. If not provided this option, the Engineer may require additional testing before the concrete is placed. Table 14 Concrete Discharge Times Fresh Concrete Temperature, °F Max Time After Batching for Concrete Not Containing Type B or D Admixtures, min. Max Time After Batching for Concrete Containing Type B or D Admixtures,1 min. 90 and above 45 75 75 S T < 90 60 90 T < 75 90 120 1. Concrete must contain at least the minimum manufacturer's recommended dosage of Type B or D admixture. 4.7. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. 4.8. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 4.8.1. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI-certifiedor qualified by a Department -recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department approval. Use of a commercial laboratory is permitted at the Contractor's option. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 4.8.2. Fresh Concrete. Provide safe access and assistance to the Engineer during sampling. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met atthe discharge end. 4.8.3. Testing of Fresh Concrete. Test for the fresh properties listed in Table 15. Table 15 Fresh Concrete Tests Tests Test Methods Slump' Tex -415-A Temperatu rel Tex -422-A Air Content2 Tex -414-A, Tex -416-A or ASTM C457 1. Job -control testing performed by the Contractor. 2. Only required during concrete trial batch when air -entrained concrete is specified on the plans. Concrete with a slump lower than the minimum placement slump in Table 9 after the addition of all water withheld, or concrete exhibiting segregation and excessive bleeding may be rejected. When SCC exceeds the maximum placement slump flow or VSI rating, the Engineer will immediately resample and retest the concrete slump flow and VSI rating. If the concrete exceeds the maximum placement slump flow or VSI rating after the retest, the concrete will be rejected. 4.8.3.1. Job -Control Testing. Perform job -control concrete temperature and slump testing as specified in Table 16 unless otherwise specified. Provide the Engineer the opportunity to witness the testing. The Engineer may 474 421 require a retest if not given the opportunity to witness. Immediately notify the Engineer of any concrete temperature or slump nonconformity issues. Furnish a copy of all test results to the Engineer daily. Table 16 Job -Control Testing Frequencies Concrete Placements Frequency Bridge Deck Placements Test the first few loads, then every fifth load delivered. All Other Structural Class Concrete Placements One test every 60 cu. yd. or fraction thereof. Non -Structural Class Concrete Placements One test every 180 cu. yd. or fraction thereof. Immediately resample and retest the concrete slump when the concrete exceeds the slump range at time of placement. If the concrete exceeds the slump range after the retest, and is used at the Contractor'soption, the Engineer will make strength specimens as specified in Article 421.5., "Acceptance of Concrete." 4.8.3.2. Strength Specimen Handling. Remove specimens from their molds and deliver Department test specimens to curing facilities within 24 to 48 hr. after molding, in accordance with pertinent test procedures unless otherwise shown on the plans or directed. Clean and prepare molds for reuse if necessary. 5. ACCEPTANCE OF CONCRETE The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. Investigate the quality of the materials, theconcrete production operations, and other possible problem areas to determine the cause for any concrete that fails to meet the required strengths as outlined below. Take necessary actions to correct the problem including redesign of the concrete mix. The Engineer may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. Concrete failing to meet the required strength as outlined below will be evaluated using the procedures listed in Article 421.6., "Measurement and Payment." 5.1. Structural Concrete. For concrete classes identified as structural concrete in Table 8, the Engineer will make and test 7 -day and 28 -day specimens. Acceptance will be based on attaining the design strength given in Table 8. 5.2. Class P and Class HES. The Engineer will base acceptance in accordance with Item 360,"Concrete Pavement," and Item 361, "Repair of Concrete Pavement." 5.3. All Other Concrete. For concrete classes not identified as structural concrete in Table 8, the Engineer will make and test 7 -day specimens. The Engineer will base acceptance on the 7 -day target value established in accordance with Section 421.4.3., "Concrete Trial Batches." 6. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. The following procedure will be used to evaluate concrete where one or more project acceptance test specimens fail to meet the required design strength specified in this Item or on the plans: • The concrete for a given placement will be considered structurally adequate and accepted at full price if the average of all test results for specimens made at the time of placement meets the required design strength provided no single test result is less than 85% of the required design strength. • The Engineer will perform a structural review of the concrete to determine its adequacy to remain in service if the average of all test results for specimens made at the time of placement is less than the required design strength or if any test results are less than 85% of the required design strength. If the in - 475 421 situ concrete strength is needed for the structural review, take cores at locations designated by the Engineer in accordance with Tex -424-A. The Engineer will test the cores. The coring and testing will be at the Contractor's expense. • If all of the tested cores meet the required design strength, the concrete will be paid for at full price. • If any of the tested cores do not meet the required design strength, but the average strength attained is determined to be structurally adequate, the Engineer will determine the limits of the payadjustment using the following formula: 2 A=B 5.371 {S r+11.69{S 11 - 1- 5.321 rS [SI8 where: A = Amount to be paid per unit of measure for the entire placement in question Sa= Actual average strength from cylinders or cores. Use values from cores, iftaken. S5= Minimum required strength (specified) Bp= Unit Bid Price • If the structural review determines the concrete is not adequate to remain in service, the Engineerwill determine the limits of the concrete to be removed. • The decision to reject structurally inadequate concrete or to apply the pay adjustment factor will be made no later than 56 days after placement. 464 Item 464 Reinforced Concrete Pipe Texas Department of Transportation 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inletleads. 2. MATERIALS 2.1. Fabrication. Fabrication plants must be approved by the Construction Division in accordance with DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL has a list of approved reinforced concrete pipe plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Design. 2.2.1. General. The class and D-Ioad equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C76 & ASTM C655 Class D -Load 1 800 11 1,000 111 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Size Equivalent Diameter (in.) Rise (in.) Span (in.) 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 30 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 655 464 Table 3 Horizontal Elliptical Pipe Design Size Equivalent Diameter (in.) Rise (in.) Span (in.) 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 10 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. Provide design notes and drawings signed and sealed by a Texas licensed professional engineer when requested. 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information specified in DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." • class or D -load of pipe, • ASTM designation, • date of manufacture, • pipe size, • name or trademark of fabricator and plant location, • designated fabricator's approval stamp, • pipe to be used for jacking and boring (when applicable), and • designation "SR" for pipe meeting sulfate -resistant concrete plan requirements (when applicable). Clearly mark 1 end of each section during the process of manufacture or immediately thereafter for pipe with elliptical reinforcement. Mark the pipe on the inside and outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. 2.4. Inspection. Provide access for inspection of the finished pipe at the project site before and during installation. 2.5. Causes for Rejection. Individual section of pipe may be rejected for any of the conditions stated in the Annex of DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.6. Repairs. Make repairs if necessary as stated in the Annex of DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and PlantQualification." 2.7. Jointing Materials. Use any of the following materials for the making of joints unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 2.7.1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.3., "Jointing." 2.7.2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. Ensure the consistency is such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide 656 464 a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. Stir any small separation found in the container into a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance withTex-526-C. Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%%volatiles—%ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., %byweight 10-26 Mineral matter, determined as ash, %byweight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of ASTM C443 for design of the pipe joints and permissible variations in dimensions. 2.7.4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross-section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the integrity of the jointing material when the wrapper is removed. 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methodsare permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted if joints consist of materials other than mortar. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure unless otherwise shown on the plans or permitted in writing. Remove and replace pipe damaged by the Contractor at no expense to the Department. 3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades unless otherwise authorized. Fit, match, and lay the pipe to form a smooth, uniform conduit. Cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding where bell -and -spigot pipe is used. Cut cross trenches no more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. Lay the pipe in the trench, when elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re-lay, without extra compensation, pipe that is not in alignment or shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Use the clear distances between outer surfaces of adjacent pipes shown in Table 5 unless otherwise shown on the plans. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizontal elliptical pipe to determine the clear distance requirement in Table 5. 657 464 Table 5 Minimum Clear Distance between Pipes Equivalent Diameter Min Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. 3.3. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. 3.3.1. Joints Sealed with Hydraulic Cement Mortar. Use Type S mortar meeting the requirementsof ASTM C270. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. Pack mortar into the joint from both inside and outside the pipe after the pipes are tightly jointed. Finish the inside smooth and flush with adjacent joints of pipe. Form a bead of semicircular cross-section over tongue -and -groove joints outside the pipe, extending at least 1 in. on each side of the joint. Form the mortar for bell -and -spigot joints to a 45° fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. Place fill or backfill once the mortar jointing material has cured for at least 6 hr. Conduct jointing only when the atmospheric temperature is above 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. Furnish pipes, with approval, that are large enough for a person to enter with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. Clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush after the backfilling has been completed. 3.3.2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2—in. thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Shove home the tongue end of the next pipe with enough pressure to make a tight joint. Remove any excess mastic projecting into the pipe after the joint is made. Backfill after the joint has been inspected and approved. 3.3.3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. Make joints watertight when using rubber gaskets. Backfill after the joint has been inspected and approved. 3.3.4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. Store pre -formed flexible joint sealants in an area warmed naturally or artificially to above 70°F in an approved manner when the atmospheric temperature is below 60°F. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. 3.4. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. 658 464 Make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar and a minimum thickness of 4 in. unless otherwise shown on the plans. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modificd by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculationswill lac madc if adjustments of quantities arc required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D -load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation greater than 5 ft. deep is not anticipated as a part of this project. Excavation, shaping, bedding, and backfill will be considered subsidiary to the pertinent item within this specification paid for in accordance with Item 100, "Excavation and Backfill for Structures.". When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." Payment will be made under: Item TX -464-5.7 Item TX -464-5.2 Reinforced Concrete Pipe (24 IN) (C/ass III) —per Linear Foot Reinforced Concrete Pipe (DES 7) (ARCH) (C/ass ///) — per Linear Foot 659 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 467 Item 467 Safety End Treatment * ® Texas Department ofTransportation 1. DESCRIPTION Furnish, construct, and install safety end treatments for drainage structures, or install or replace pipe runners or pipe runner assemblies on existing drainage structures. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. • Item 420, "Concrete Substructures" • Item 421, "Hydraulic Cement Concrete" • Item 432, "Riprap" • Item 440, "Reinforcement for Concrete" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 460, "Corrugated Metal Pipe" • Item 464, "Reinforced Concrete Pipe" Use Class C concrete for cast -in-place and precast concrete units unless otherwise shown on the plans. Furnish cast -in-place or precast safety end treatments unless otherwise shown on the plans. Furnish Class B concrete for concrete riprap unless otherwise shown on the plans. Provide galvanized steel for prefabricated metal end sections in accordance with Item 460, "Corrugated Metal Pipe." Furnish pipe runners in accordance with thefollowing: • ASTM A1085; • ASTM A53, Type E or S, Grade B; • ASTM A500, Grade B; or • API 5L, Grade X42. Furnish plates and angles in accordance with ASTM A36. Furnish nuts and bolts in accordance with ASTM A307. Galvanize pipes, plates, angles, nuts, and bolts in accordance with Item 445, "Galvanizing." 2.2. Fabrication. Fabricate cast -in-place concrete units and precast units in accordance with Item 420, "Concrete Substructures." Provide either prefabricated metal end sections or mitered CMP when specified for the pipe structure unless otherwise shown on the plans. Provide one of the following when reinforced concrete pipe (RCP) is specified for the pipe structure, unless otherwise shown on the plans: • mitered RCP or • precast safety end treatment (SET) units. Provide riprap only if the plans specifically require it for this alternative. 2.2.1. SET Types. 2.2.1.1. Type!. Provide Type I SET consisting of reinforced concrete headwalls or wingwalls and pipe runners in accordance with the details shown on the plans when required. 666 467 2.2.1.2. Type II. Provide Type II SET in accordance with the details shown on the plans consisting of the following: • CMP or RCP mitered to the proper slope, concrete riprap and pipe runners, when required; • prefabricated metal end sections, concrete riprap and pipe runners, when required; or • precast SET units, concrete riprap, when required, and pipe runners, when required. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark the following on each precast unit, mitered CMP, mitered RCP, or metal end section before shipment from the casting or fabrication yard: • the date of manufacture, • the name or trademark of the manufacturer, and • the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast units until the design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project and replace with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound and properly finished and cured in conformance with pertinent specifications. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." 3. CONSTRUCTION 3.1. General. Remove portions of existing structures in accordance with Section 420.4.8., "Extending Existing Substructures." Drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." Furnish concrete riprap in accordance with Item 432,"Riprap." Provide riprap on all prefabricated metal endsections. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, "Reinforced Concrete Pipe." Also remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re-lay the removed pipe if approved, or furnish and lay a length of new pipe. 3.5. Install or Replace Pipe Runners or Assemblies. Install or replace individual pipe runners or pipe runner assemblies on existing drainage structures as indicated on the plans. 667 467 4. MEASUREMENT SETs of all types will be measured by each barrel of each structure end. Pipe runners or pipe runner assemblies installed or replaced on existing structure will be measured by each installed or replaced on each structure end. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various designations of "Safety End Treatment" specified as follows: • SET (Type I) (Barrel Span) (Wall Height) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) • SET (Type I) (Pipe Diameter or Design) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) • SET (Type II) (Pipe Diameter or Design) (Pipe Material) (Slope, Horizontal:Vertical) (Orientation, Cross or Parallel) • SET (Pipe Runner) • SET (Pipe RunnerAssembly) For payment purposes, the wingwall heights of Type I SETs for box culverts will be rounded to the nearest foot. This price is full compensation for constructing, furnishing, transporting, and installing the end treatments; pipe runners, or pipe runner assemblies, connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, removing and disposing of existng pipe runner or pipe runner assemblies, and replacing portions of the existing structure as required to make connections; excavation and backfill; furnishing concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, and pipe runners; and concrete riprap, nuts, bolts, plates, angles, equipment, labor, tools, and incidentals. The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. The mitered length of CMP or RCP that is a part of the SET (Type II) will not be paid for directly but will be considered subsidiary to this Item. The limits for payment for pipe will be as shown on the plans and paid for in accordance with the pertinent bid item. The limits of riprap to be included in the price bid for each SET will be shown on the plans. Any riprap placed beyond the limits shown will be paid in accordance with Item 432, "Riprap." Riprap between multiple precast SET units will be required as shown on the plans and is included in the price bid for SET. When precast SETs are provided as an option to mitered RCP, riprap aprons will not be required unless the plans specifically require riprap aprons for precast SET units. The plans will show the limits of the riprap to be included with the precast SET for payment. Payment will be made under: Item TX -467-5.7 SET (TY II) (24') (CONCRETE) (6.•7) (P) with Pipe Runners per each Item TX -467-5.2 SET (TYII) (DES 7) (CONCRETE) (6.:7) (C) per each 668 502 Item 502 Barricades, Signs, and Traffic Handling Texas Department ofTransportation 1. DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2., "Safety". Implement the traffic control plan (TCP) shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions areallowed. Submit Contractor -proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor -proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weatherconditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations asapproved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT No separate measurement for Barricades, Signs, and Traffic Handling. Law enforcement personnel with patrol vehicles as part of traffic control shall not be required. Barricades, Signs, and Traffic Handling will be measured by the month. Law enforcement personnel with patrol vehicles will be mcacurcd by thc hour for cach person. 4. PAYMENT 4.1. Barricades, Signs, and traffic handling shall not be paid separately but shall be considered subsidiary to Site Preparation. Barricades, Signs, and Traffic Handling. Except for Contracts with callout work and work orders, the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at thc unit pricc bid for "Barricades, Signs, and Traffic Handling." This pricc is full compensation for installation, maintenance, adjustments, replacements, removal, materials, oquipmont, labor, tools, and incidentals. 1 502 Thc work performcd and matcrials furnishcd in accordancc with this Itcm and mcasurcd as providcd undcr "Mcasurcmcnt" will bc paid for at thc unit pricc bid for'Barricadcs, Signs, and Traffic Handling." This pricc is - full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. When the plans establish pay items for particular work in the TCP, that work will be measured and paid under pertinent Items. 4.1.1. Initiation of Paymcnt. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling dcviccs havc bccn installcd in accordancc with thc TCP and construction has bcgun. 1.1.2. Paid Months. Monthly paymcnt will bc madc cach succccding month for this ltcm providcd thc barricadcs, Contract amount has been paid. If, within the time frame established by the Engineer, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. 4.1.3. Maximum Total Paymcnt Before Acceptance. The total payment for this Item will not exceed 10% ofthe total Contract amount before final acceptance in accordance with Article 5.12., "Final Acceptance." The remaining balance will be paid in accordance with Section 502..5., `Balance Due." Total Paymcnt Quantity. Thc quantity paid undcr this ltcm will not cxcccd thc total quantity shown on thc plans cxccpt as modificd by changc ordcr and as adjustcd by Scction 502.4.2., "Paid Months." An ovcrrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortage -Iesed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the Contract. 4.1.5. Balance Due. The remaining unpaid months of barricades less non compliance months will be paid onfinal acccptancc of thc projcct, if all work is complctc and acccptcd in accordancc with Articic 5.12., "Final Acceptance." 4.1.6. Contracts with Callout Work and Work Orders. Tho work porformod and tho matorials furnishod with this. Itcm and mcasurcd as providcd undcr "Mcasurcmcnt," will bc considcrcd subsidiary to pertincnt Itcros, cxccpt for fcdcrally fundcd Contracts. 4.2. Law Enforcement Pcrsonncl. The work performed and material-m+shed in accordance with this Itemand measured as provided under "Measurement," will be paid by Contractor force account for "Law Enforcement Pcrsonncl." This pricc is full compcnsation for furnishing all labor, matcrials, supplics, cquipmcnt, patrol vehicle, fees, and incidentals necessary to complete the work as directed. 2 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 529 Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter _14-@ JrTexas Department f Transportation 1. DESCRIPTION Construct hydraulic cement concrete curb, gutter, and combined curb and gutter. 2. MATERIALS Furnish materials conforming to: • Item 360, "Concrete Pavement" • Item 420, "Concrete Substructures" • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcement for Concrete" Use Class A concrete or material specified on the plans. Use Grade 8 coarse aggregate for extruded Class A concrete. Use other grades if approved. When approved, use fibers meeting the requirements of DMS -4550, "Fibers for Concrete," to replace reinforcing steel in Class A concrete. Dose fibers in accordance with the Department's MPL ofpre-qualified fibers for concrete. 3. CONSTRUCTION Provide finished work with a well -compacted mass and a surface free from voids and honeycomb, in the required shape, line, and grade. Round exposed edges with an edging tool of the radius shown on the plans. Mix, place, and cure concrete in accordance with Item 420, "Concrete Substructures." Construct joints at locations shown on the plans. Cure for at least 72 hr. Furnish and place reinforcing steel in accordance with Item 440, "Reinforcement for Concrete." Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 1/4 in. between any 2 contacts on a 10 -ft. straightedge. 3.1. Conventionally Formed Concrete. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Pour concrete into forms, and strike off with a template 1/4 to 3/8 in. less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of 1 part hydraulic cement and 2 parts fine aggregate. Brush exposed surfaces to a uniform texture. Place curbs, gutters, and combined curb and gutters in 50 -ft. maximum sections unless otherwise approved. 3.2. Extruded or Slipformed Concrete. Hand -tamp and sprinkle subgrade or foundation material before concrete placement. Provide clean surfaces for concrete placement. Coat cleaned surfaces, if required, with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete with approved self-propelled equipment. 733 529 The forming tube of the extrusion machine or the form of the slipform machine must be easily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. Other methods may be used when approved. Finish surfaces immediately after extrusion or slipforming. 4. MEASUREMENT This Item will be measured by the foot. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Curb," "Concrete Curb (Mono)," or "Concrete Curb and Gutter" of the type specified. This price is full compensation for surface preparation of curb foundation, equipment, labor, materials, tools, and incidentals. Payment will be made under: Item TX -529-5.7 Concrete Curb (Mono) —per linear foot 734 Sheet List Table Sheet List Table CONSWAN, 5RE7 r,-OA FRIUECT x0.15181 '71 ntmeer II. cruel Nuroer Tha w naMvr & LOFr ---la- .•foal* 3. xAwr GANEF.( 27 6 TE31 DRIVE-GEMOLNI PLAN .01 .02 COVER SHEET 6 SHEET INDEX SUMMARY OF E58MATEPMLTESTING GATE BDRI E-WTbtrtl PUN WTE tdB DRIVE-GEMOLRIW PUu GENERALNOTESA Ut19 GATE JI B DRI VE-UTWTPt]W Son ROt(IGIo County Yrs _ GNd GmE PROJECT LAYOUT SURVEY LFETY 3t 33 Gf30 6131 OaTE 3413 DRI VE-tAVWTPINI .. GATE 1dB DANE-UYpuT PlMd 0 0&IOR0,8 C,tJ G-102 CONSTRUCTION CONSTRUCTION SAFETY B PHASING PLAN NOTES SI CONSMOTION SaFETv8PHASING PLAN NDTE511 33 34 L-13] C501 &OSONC T PLA CONTROL NCONTtiOL OETAIL9 4 .."1... 9 G-103 G-104 WNSTRUCRON SAFETY B PHASING PLAN-OVERALL CONSTRUCTION SAFETY B PHASING PLAN-PHASE 8.1, 13.2 35 6 G502 CE DETAILS I DETAILS € GARVER -aty NIECE$ BAY CIVIL FENCE 0E110 10 2 EROSION CONTROL NOTES .05 FENCE OETaLS N AAF �'°+=A EROSION CONTROL PAN OVERALL UvOUT-FENCE INSTALLATION LBOs 4503 INT OETAILSI •PINT OEtAltS II A C-t03 FENCE umurPuxl BASE BID c-Soe INT oerAllsm 'e �_ Ut0) FENCELAYOUTRAN II-BASE GID CE09 TRAFFIC CONI OL DETN SI € W t5 U+Od FENCE LAYOUT PAN III- BASE&D d3 CS,I] TMFFIC CONTRM DETAILS II `y 3 7555. CAPITA O4.--P a YEW 2y AUSTM•T%TBT04 t6 C-t05 FENCE UT PIAN IV-BASE BIO _ _ d4 .11 TRAFFIC CANTRIX. DETAILS III EEEj 3 S —T� It la Gt06 U10i FENCE InTOUTPIANV-aOdTIVE ALTEF1UTEl UT PIANVI-aODIME ALTERNATE II d6 L512 TRAFFIC CONTRAI TA__111116/11111111111111111~ SIXVAINAGEOETRL51 REGISTRATIONNO F-5313 pp - G106 FENCE UYOUTPosva..orme ALTERNATE II L91d G51S glAINAGEDETAILS II p N; ' 2 U1t0 FENCE LAYOUT PLAN XIII BASE BBD G516 DWINAGEDETAll9111 88 ii Gttt !FENCE LAYOUT PLMI% -BI.SE BID 50 CSiT pVAINa AB91v 23 CA 12 FENCE LAYOUT PLAN%I -BASE BID TRILL PROJECT LOCATION44111rial ` 24 XII-BARE BIO ELECTRIGELEGE3A18 rvOlESI CC INTER:WOOL l 25 L-Lid .FENCE PIAN III -BASE 810 .02 ELECTRICA4 anus CRasO, .[vas 76406 4W0, .LLEOEtO6NOlE91I 36 C-115 FENCE LAYOUT PLAN xIv -B.ASE BIO 63 Sd OVERALL LAYOUT-EIECTRICR PEMOvaL ELECTRIGL REMOVAL CORPUS CHRISTI BAY I-GATE 38 ELECTRICAL REMOVAL, GATE se pag E-103 ELECTRICAL REMOVAL III-TE 10G E - Y ELECTRICAL REMOVAL IV-GATE MA ;ELECTRICAL REMOVAL V-W E140 t E10 OVERALLUVOUT- ELECTRICAL INSTALL4TION CALL BEFORE YOU DIG! 11° X oa ELECTRICAL ROUTING E C RICAL DUCT ft0U TNG II N En09 ELECTRICAL CULT ROUTING III (ELECTRICAL * TO V 9Q 8 9 de 15 Amass O - 4 E-110 DUCT ROtrtINc Iv ELfCT0.ICAL DUCT ROUTINGV _ 5 W1wSelOK BABI, i TOP "x044`ELECTRICAL �CeIlBxesaweB �C .f� 0ULT PAUTINGN 811 nrw J UCi POUTINGviI IEIELTRIDat 067 ° IELEciRIAL DUCT RomING VTn THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 04 P Et15 E.+I6 E-117 'IEtECTRICAL WCT POLRING IK IELECTRIcaL WLr RDGnNG% •EtECTwcnL DUCT RDtrtINDw «5...a, CORPUS 0NR6T1 INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING COVER WEFT & SHEET REX 4 E-t 10 ELECTRICAL WCT POUTING wI sJ N V725-119 ELECTRICAL KR1ALUTN 1 GATE 420 PLANS FOR Rw73E-,2p ELECTRIGL wBTAL,ATIOIONB GA,E ]B (ADDITIVE CORPUS CHRISTI, TEXASLECTRICALINSTALLATIONI-GATE ALTERNATE II ELECTRICAL5B — — INSTALLATION IV-GATE 2aB CORPUS CHRISTI INTERNATIONAL AIRPORT s , E" EECTAL°"`PSTA1'ATDNV.GATE l.>e AIRPORTOPERATIONS AREA F Y � - (ARTEPJI4TE E„s EtECTR 05 iNB AL TIO GATE MBI ELECTR GLINSTALLAT ONUtI-WYE 43B (ADDITIVE VI PERIMETER FENCING m 6 E;=T FtECiR ON VI WTEflB EEC R4LINEiaLtAT INSLA UT Oxx-GATE2BB r { � Et26 EtECTR GLiNSTAWTON w-WYE 3413 CITY PROJECT No. E15221 GARVER PROJECT No. 15181171 ewz FEC RGLDEULS I AIP PROJECT NO. 3-48-0051-053-2016 ' x N Eb04 E EGTRCAL ALS . � E-EOS EtECTRGL DETAILS PREPARED VIes BY ,�,, _ .. 3E1001RCGAi TTnLLOI GARVER Ed�09 ELELTPiGLOETAiL51%1 D EIECTRIGLDETAILR% 3755 S. CAPITAL OF TEXAS HWY,Gs;, NITY E EG PC LOE AI B%, SUITE 325AUSTIN, TX 78704 EST EEL RIGLDE AIL0XI1 GARVER (512)485-0009 1 EBtd EtECTR1GL0ETAILS%IB FLFCTRrc LDETAnSXIY Rcteaseo vo� CONSTRUCTION.-'-, �13 E5T5 ELECTRMALDETAILSXV Oreela Eng:nee.,ng Se. 7777 Po iiI1 B E5,6 ELECTRMnL OElaILS xvI CRT FRaECT / E 15221 of Sheet List Table Sheet List Table- FFCJLCI NO.151811711811 ]1 N,,ee, ,,,,,,,,rnm, 5Nc Shoot �i 's JOSH FORD gSan '- OliairALLY sieNEDN 06/10/2010 GENER, 27 C-116 GATE 31B DRIVE- DEMOLITION PLAN COVER SHEET & B MATER, 28 C-117 GATE34B DRIVE- DEMOLITION PLAN 2 G-0.02 SUMMARY OF QUANTG-001 ITIES TESTING - N G-003 GENER, NOTES 3D C-119 GATE 31B DRIVE- LAYOUT PLAN Potricio County G-004 PROJECT LAYOUT C-120 GATE 34B DRIVE- LAYOUT PLAN 5 G-005 SURVEY CONTROL a uw GATE 14B DRIVE- LAYOUT auw ,,,,. 6 G101 CONSTRUCTION SAFETY & PHASING PLAN NOTES I 33 C-122 SIGN LAYOUT PLAN ".� - DETAILS 8 G-103 CONSTRUCTION SAFETY &PHASING PLAN - OVER,L 35 C-502 FENCE DETNLS I `` s G-10.4 CONSTRUCTION sPr1ASINc c�Av-a,�tsE a,, az GARVER 'uDaJ NUECES BAY, CIVIL 37 C-504 FENCE DETAILS III lo C-001 EROSION CONTROL NOTES 38 C-505 FENCE DETAILS IV C-002 EROSION CONTROL PD. 39 C-506 JOINT DETAILS I 12 C-101 OVERALL LAYOUT - FENCE INSTALLATION 40 C-507 JOINT DETAILS II C-10.2 FENCE LAYOUT PLAN I - BASE BID 41 C-508 JOINT DETAILS III C-103 FENCE LAYOUT PLAN II - BASE BID 42 C-509 TRAFFIC CONTROL DETAJLS I n 3755 S. CAPITAL OF TEXAS HWY, SUITE 325 AUSTIN, Tx,e,04 bib. 15 C-104 FENCE LAYOUT PLAN III - BASE BID C-510 TRAFFIC CONTROL DETAJLS II illil L DETAILS III N LDEALS IV MEWLERNATEII ERNATE II REGISTRATION - 20 C-109 FENCE LAYOUT PLAN VIII - BASE BID 48 C-515 DRAINAGE DETAILS II WiTippl 21 C-110 FENCE LAYOUT PLAN IX - BASE BID 49 C-516 DRAINAGE DETAILS III 22 C-1, FENCE LAYOUT PLAN X - BASE BID 50 „DRAIN '4\ 23 C-11.2 FENCE LAYOUT PLAN XI - BASE BID PROJECT LOCATION CC AL ,,k , 25 G114FENCE LAYOUT PLAN XIII BASE BID 52 =402 ELECTRIC, LEGEND & NOTES II 1000 corevus „5 - FENCE avoDTPa XIV BASE DID ELECTRICAL REMOV, GATE 3B AV 55 E-102 ELECTRIC, REMOV, II - GATE 5B CORPUS CHRISTI BAY -Willii* E-10 3 ELECTRIC, REMOV,111 - GATE 10G 57 E-104 ELECTRIC, REMOVAL IV- GATE.20B 58 E-105 ELECTRIC, REMOVAL V- GATE 14B 1-‘..N44114r4iirti4rh*61 59 E-106 OVERALL LAYOUT - ELECTRICAL INST,LATION 60 E-107 ELECTRIC, DUCT ROUTING I CALL BEFORE YOU DIG! E-108 ELECTRIC, DUCT ROUTING II 0 62 E-109 ELECTRIC, DUCT ROUTING III E-11 0 ELECTRIC, DUCT ROUTING IV 4011P. EA, ELECTRIC, DUCT ROUTING,/ lo....miebra. DRILL, OR BLAST - STOP AND CALL 65 E-112 ELECTRIC, DUCT ROUTING VI Ca harano oaa 811 - THE C) 68 E-115 ELECTRIC, DUCT ROUTING IX CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING COVER SHEET B SHEET INDEX LONE STAR 69 E-116 ELECTRIC, DUCT ROUTING X NOTIFICATION COMPANY AT 1-800-669-83447 2Q70 E-117 J F E-118 ELECTRIC, CT ROUTING %II S U Tz E -119,s Nu PLANS FOR -' T3 E-,zo INsruuTloN II-GATE3S (ADDITIVE TRICALTE CORPUS CHRISTI, TEXAS . E-121 U NI ELECTRIC, 75 E-12.2 ELECTRIC, INST,LATION IV- GATE 20B CORPUS CHRISTI INTERNATIONAL AIRPORT -,2a ELECTRICALINS<ALLATIONV-GATE155 n E VI �- GATE 351a(ADDITIVE AIRPORT OPERATIONS AREA 7, e12s LLATIONVISTALLATION A�I� ISrA GATE 79 E-126 ELECTRIC, INST,LATION VIII - GATE .27B PERIMETER FENCING80 E-127 ELECTRIC, INSTALLATION XNx ::_z GATE D CITY PROJECT No. E15221t :2 83 E-502 ELECTRIC, DETAILS II GARVER PROJECT No. 15181171 E-5 03 ELECTRIC, DETAILS III AIP PROJECT NO. 3-48-0051-053-2016 N 85 E-504 ELECTRIC, DETAILS IV 86 E-50 5 ELECTRIC, DETAILS V 87 E-506 ELECTRIC, DETAILS v PREPARED BY 88 E-50 7 ELECTRIC, DEALS VI 1..1._ 89 E-508 ELECTRIC, DETAILS VII GARVER E 90 E-509 ELECTRIC, DETAILS IX 3755 S. CAPITAL OF TEXAS HWY, VICINITY MAP92 E-511 ELECTRIC, DETAILS XI 93 E-51.2 ELECTRIC, DETAILS XII94 SUITE 325AUSTIN, TX 78704 E-513 ELECTRIC, DETAILS XIII GARVER (512)485-0009 RELEASED FOR96 CONSTRUCTION: E-515 ELECTRIC, DETAILS %V sr E-516 ELECTRIC, DEALS xvl o,.ecm, or engmee,mg se,+res DAN L.,F,F4`2.,7,764T:E466.4:6=s16:°,4F6'6'.7-4746F=F;FF.FF.;.°F6167,==.66 PENSION NO NV REVISION NO NS DESCP,ION ,zgi,3,, (Or., AU.) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING SUMRYNCAANTITIES&VAMWLTESTM CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ss; NM :'-8;1§;'M iiigm n§Wgggg ONP§M PENSION NO NV REVISION NO NS DESCP,ION ,zgi,3,, (Or., AU.) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING SUMRYNCAANTITIES&VAMWLTESTM CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ss; PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING GENERAL NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services _x BOCKHOLT ROAD ;;!! ! ,! „ !;!; ! ;,!!! , „ t ! „ ,°:, !':',V. ! ,,,,,,;! ..,,! ;; , ( i !!"-�! 2') ! 51 ! ; ![ FF[$; ,2-2, ! ` ! !))]-'`=' !!!!;;)_ ,g ,g !|)` {;; |g' !!5,Prg 555g !; ! ' r;§ ),! Vo' ■ ' r!; ) `; !), , '!! ) r ;, § (( (;;, [;!( )))|| ( '2';;,)) ), ;. „;{ r!! ! , ; ; 55S;;; ,:;:; )!!! !!! ; ;;ll;;;,;,,,:;Vcl5:;g„ 'A i ;-,, ;( ;i{ '=! ( ,,,,,,1 ;;:)! _!° / ;;|| 17,,7,,,., ; _( 5! EEE ;: \ ,! ;;; ,g,7`)l:!!!! r.', !!(_, '!); `l ;22, 22 ;;;;;_ ` ! ! !! ! ;!, ,c. gr ,T !, 1 5; \\,. ;) J /. ... .... ..... ...... . ,.. ,.. . . .. . ,.�e, ,W 5\,( );) ° R !! 319V1 SIN3W3AO9dWl 31V9 DEM 10 0 BY DE RIPTION DE CRIBBION \)\ {` CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING PROJECT LMUT GITY of CORPUS CHR. TEXAS SIN IOd 1OHINOO )3AHf18 PENSION NO SATE REVISION NO DESCPIRSION �aas�ad �3roadu�� EU g LA AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING SURVEY CONTROL PUN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go g AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING CONSTRUCTION WEN' & PHASING PLAN NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services c E 6 El PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING CONSTRUCTION SAFETY B PHASING PLAN NOTES II CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 6 6 r.Z PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING CO NSTRUC110N SAFETY &PHASING PLAN. OVERALL CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 4g SEQUENCE OF CONSTRUCTION m m n N m m n -+ m N m - n O O 0 ,TDD HHvzi z z OHO 2 W� n 'my n Ro_ OHO nW� z nn m`5 vzi limy 0 " z nn m`50 �my 6 6 r.Z PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING CO NSTRUC110N SAFETY &PHASING PLAN. OVERALL CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 4g 1111 1111 MEI n1 O O m PEN 0 BY DE IBBBON DE CRIB -HON AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING CONSTRUCTION SAFEJN 8 PHASING PLAN • PHASE B.1, &2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services _II SEQUENCE OF CONSTRUCTION m m m m N 2 m N m D m Toho Polo Polo �� g''"zw" "zw" "zwP P P ; L' p° mp p _ F �o g8n8 RP P,, 1111 1111 MEI n1 O O m PEN 0 BY DE IBBBON DE CRIB -HON AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING CONSTRUCTION SAFEJN 8 PHASING PLAN • PHASE B.1, &2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services F aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING EROSION CONTROL NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 0 O BOCKHOLT ROAD ©) PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu ND AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING EROSION CONTROL PIAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services P 7 r P 10H L—I _L f J J J I0 H 9 —J H 7 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu E LA AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING OVERALL LAYOUT • FENCE INSTALLATION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Fd -3 m 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN I -BASE BIB CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1� IAATCHLINE SHEET C-1. IAATCHLINE SHEET C-115 JOE IAIREUR ROAD PL m m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN II. BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PIAN III . BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services \\\\\\V\\\\\\\\\A\ m 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAVOUT PLAN! IV -BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services CONSTRUCT FENCE ON SAME ALIGNMENT L 1034 LF o � of TEAPOR�Y FENCE s� T�NS�T�oN To a��ING NMENTOETaLoi r No,Vs1nNEEs itinsit m 0 z 0 PENSION NO SATE DESCRIPRON REVISION NO DESCPIRSION aas 3e3roadu AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN V • AODITNE ALTERNATE! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services \\ m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN VI.ADDITDE ALTERNATED CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BOCKHOLT ROAD FR PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN VII.HDOITIVE ALTERNATE II CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 9 MATCHLINE SHEET C-110 m 0 z 0 PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PIAN VIII. BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services am[ MATCHLINE SHEET C-111 m 0 m z 0 PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN! IX -BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m 0 m z 0 PENSION NO go DATE DESCRIPTION AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PIAN Y, • BASE BID REVISION NO DESCRIPTION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLAN XI -BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services SO — TCHLINE SHEET C- -1- —x - —xx xx 3- tam 1)-A). ,.:1 1 om 1� Ni 41:11:13 -) Ji ' t 33i 003 ii .1:l Datil 11 ! �D of 113 .11i� 11 `S'1 !al <m qg �smVm- II mm -3 1331-1S 3N1-11-131,11 MATCHLINE SHEET C 103 m m 0 PENSION NO SATE REVISION NO DESCPIRSION Lzasi,ad (Or., AU.) AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PLANNII.BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services nom, a, rn tin LOU �yN aro �✓i § n:y:13 MATCHLINE SHEET C-103 m 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAYOUT PIAN XIII. BASE BID CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IAATCHLINE SHEET C-102 INTERNATIONAL PR -1 Al IAATCHLINE SHEET C-102 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE LAVOUT PLAN 0 -BASE BID I�FI� CITY of CORPUS CHRISTI TEXAS Department of Engineering Services rn0 m 0 0 z m m z 0 PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING GATE 31B DRIVE - DELIOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m m z 0 PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING GATE 34B DRIVE - DELIOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services _ ,11.Alltll-IS 21010,1 m 0 m z 0 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Lzasi,ad (Or., AU.) go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING GATE 14B DRIVE-DELIOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services oZ m� 0 z O z 0 o m ENS 8 r 0 0 z 1 ST EL V 37.80x TA., 12055,0 LEV 38.25 STA ELE 12,77.44 Pg' PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING GATE 31BDRNE • LAYOUT PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services z 0 ELEV 36 81 86 STA: 20.35. 415 ELEV 36.41 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING GATE 34BDRME • LAYOUT PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 052 STA 0410.00 01.00 .413 ELEV 40, PEN 0 BY DE RIPTION 15101. 0 FN AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING GATE 14BDRME • LAYOUT PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 6 BOCKHOLT ROAD 011 hh RSA oo (TVP , En PENSION NO SATE DESCRPRON REVISION NO DESCPIRSION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING SIGN LAYOUT PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 0 j ) ( (E (\ / § $ cn00 cn fin 85 X, WO. AVAAVS3ONV, 9 }\ I ) :> ( ROCK FILTER DAM USAGE GUIDELINES 95 8 4 ( ( fi PENSION NO SATE REVISION NO DESCRIPTOR CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING EROSION CONTROL DETAILS CITY >8 CORPUS CHR/ST/ TEXAS Departme:of Engineering ces 58 SEE STANDARD POST DETAIL, THIS SHEET MAXIMUM SPACING 8 sZ D z m Cn mxz oX D Z oi<E O z EMBEDMENT co O m 0 w "8, o O Za D 444 Z m 8 EMBEDMENT 88 8*8 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu 63 6 w 44 4 CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE DETAILS! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 5g N3 8 9 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu 4 eg AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE DETAILS II CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 2' FENCE EXISTING 6' FENCE EXTENSION 1. p o0 0 0 m 0 0 z z m 0 0 z 0 m z (n m m z 0 m 0 m co mm z0 0 30N]d )IN 8 -FOOT CHAIN-LINK FENCE (WITH SO PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING FENCE BETAIL5111 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ION TO EXISTING ALIGNMENT DETAIL A EXISTING FAA 0 x X 3NNOD 30N3d DN O z 0 m 0 OD Z—{ Z mx 0m X 0 c z -H xz 00 TI m z m O <m m 0 M I J�t-1=13 I®1= MATCH 7 ,EXISTING FAA FENCE POST ®J .. m B'a PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION ,za5.,3d (Or., AU) LA o w AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA OD PERIMETER FENCING FENCE DETAILS IV CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1NI0f N011Nb'211 N0N 1V NIaf111O N01 (SLIV8 H100WS) S13M00 VON 318V1 .57 TABLE NO.2 TIE BARS (DEFORMED BARS) <31AJS o1 TON) M31A NVId 1f1NV� 1N31130V0 1VOI0A1 N01133S DATE DESCRIPTION REVISION NO DESCRIPTION (aas(3d (Or., AU) CORPUSCHRISTINTERNATIONALARPORT AIRPORT OPERATIONS AREA PERIMETER FENCING JOINT DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services O Z 111111111/1 TRANSVERSE CONTRACTION JOINT = no _ — � III — 7E BAR SPACING 18..Q 24" 18�--- _ _ 15 F7. JOINT SPACING DATE DESCRIPTION REVISION NO DESCRIPTION (aas(3d (Or., AU) CORPUSCHRISTINTERNATIONALARPORT AIRPORT OPERATIONS AREA PERIMETER FENCING JOINT DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 30 1 NI O ONIN301M 1VNI f1110NO1 d N100110NO1 33213 TRAVEL LANE SASE REVISION NO DESCRIPSION LZZS L3 % ia3road uo LA o o -Pryo AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING JOINT DETAILS II CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1 S1V3S IN1Of 511Y130 ONIAVd "MONO PENSION NO NV REVISION NO DESCP,ION Lzgi,3/ iolroa, uo CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING JOINT DETAILS!!! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services T m f. pre-Qaalif lea proaaats c Control Devices Lis heir sources and may a I or by contacting: Department of Tronspol c operations Division n 15121 416-3118 d�111 K- m 000 _ '.'00010 0000' 4 — W CAN BE FOUND ON-LINE NT MrnV.txdot.gov IC CONTROL DEVICES LIST (CWZTCD, .CIEICATIONS 10NS1 I. is s h �a� s. ss E N .5i -. 1 z.22 - o a - Z m a r O RET 9 0 , o V - 3 _N a N Iv O = > 'Texas Department: BARRICADE Al GENES AND REI BC - a ', ALERT VNp A C e y g t PENSION BrAIRPORT REVISION no. o,E ep1�nry o =.E -i- N OPERATIONSAREA PERIMETER FENCING Egv of CORPUS CHRISTI Department of Engineering Services — nE g w D'sCITY 9 - :7777NN 9 e gDESCRIPTION l' s TRHFFIC CONTROL (tETHILs lTEXAS z 5 5 "5555.3 ..55.555' :riAN 9„ON13,15 ONO .1S NOES ONE.. NO11.81.03 1V31.1. PENSION NO PT DESCRIPTION REVISION NO DESCRIPSION LzgL3/ CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING TRAFFIC COI.ITROL DETAILS!! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Izaslad (Or., AU) coc[cc 249a AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING TRAFFIC CONTROL DETAILS III CITY of CORPUS CHRISTI TEXAS Department of Engineering Services EC y�e me�4e ATTACHMENT FOR SIGN SUPPORT! nor niaRK PMEADj 9, 33100,33 3,11 ?3,r9 Wre 3113, 339, file owsd een sp: ice is rm., using four MI ts, two 9. Pg p - 3 « "g Bmrt R79ft Baa a � 8' Vit\ 9 13 .. '.4J4 - _ '1 $ a 83 232. a s � 2.Y q 38 8 62 a4o 2 4Q 9_ nq8 _-.3 a. a a o R Z 8 8R' 4F a Y 22 A 3 2 8'4 - _ d 8 _3 '8 4 n E3 R' a 3 3 Ell _ Aa 9 8 ''_ s S S 3 R '8 o R E S "$ E B o8 s no 9 og 8 Traffic Texasrtmento,Transportation &Z.& BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC (4>-14 2 4.0 4 3 i Y 4Sa - - S38 - n fly . 0'9 "Yq e °_ tee RF - G. .i - _ - .,47.2 - e 3 8A 9R N9� J l a = PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Izaslad (Or., AU) coc[cc 249a AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING TRAFFIC CONTROL DETAILS III CITY of CORPUS CHRISTI TEXAS Department of Engineering Services CO D. 0 A za =0 m m 0 N Z o .m -n v z L 0 vz a < p 0c a z =„ PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu LA CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONSPORT AREA PERIMETER FENCING TRAFFIC CONTROL DETAILS M1' CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NO'S AINO 03 o 0 O m m 0) 0 O z 0) z m m oCncnD 0) O z PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Lzasi,3d (Or., AU) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING SIGN DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 8g m 0 m r Z 0 D om m 0 0 z PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu LA CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING DRAINAGE DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 6 6 PENSION NO PT DESCRIPTION REVISION NO DESCRIPSION ,zgi,3,, (Or., AU.) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING DRAINAGE DETAILS II CITY of CORPUS CHRISTI TEXAS Department of Engineering Services d 0 0 rTi nu 3d1d 'SH10N31 3did 550tl0 533IS 3d1d 03H non PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Lz gi,3F iOrOdd ulJ CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING DRAINAGE DETAILS III CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 0 2n PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING DRAINAGE DETAILS IV CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PYm`Pk'EPN ° ■ b� p g sIP EP Rs EN PENSION NO PATE REVISION NO DESCPIRSION aas 3e3roadu go AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL LEGEND & NOTS I CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 0000000 0000000®0000000000000 00000000 PENSION NO SPEE REVISION NO aas 3e3roadu go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL LEGEND 8 NOTESII CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO BY DESCRIPTION REVISION NO BY DESCRIPTION ,zgi,3,, (Or., AU.) goC CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING OVERALL LAYOUT -ELECTRICAL RE1.10V3L CITY of CORPUS CHRISTI TEXAS Department of Engineering Services AP PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu go AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL REMOVAL 1- GATE 3B CITY of CORPUS CHRISTI TEXAS Department of Engineering Services o � o 4*. • 1• • PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL REMOVAL 11. GATE 5B CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1 Int PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL REIAO\4L 111. GATE 10G CITY of CORPUS CHRISTI TEXAS Department of Engineering Services • PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu go ND Ngo AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL REIAOVAL IV -GATE 208 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services / XX -XX YX -XX XX* dr a PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL «5< 1> -5<> E 1413 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING OVERALL LAYOUT • ELECTRICAL INSTALLATION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IAATCHLINE- SEE SHEET E-108 0 00 00 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu go � � o CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUIINGI CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MA sEEs�EErE,o, a v.a®0 Q�d�0 . P� PST Ne / / / / / � 4 it h. II' rJ / i MATCH LINE SEE SHEET E O °p 8 gkOo _<nwgk8 z �gS3 mn8 Q N N Un 3 z DDOP o - Dim !oo n e u 71 0 n� Br o f N o =.E s AIRPORT OPERATIONSPAREA PERIMETER FENCING CITY of CORPUS CHRISTI TEXAS Department of Engfi e nng Services gXI 'nEep1y�ry gNo < 9 o .� 9 e g l' m ELECTRICAL DUCT ROUTING11 m 1; r o r p\ P.' rte. `dT 1 I \ ®°•.x 0 Omw / P€ m o oo-‘ g� o oma MATCH LINE SEE SHEET E 110 z 8 00 0 00 $ �o of gko <m�o - 0 8n gi=n F /. / la If a RDA,n� o rAIRPORTOPERATIONSPAREA BCORPUS '' N =.E CHRISTI INTERNATIONAL PERIMETER FENCING CITY of CORPUS CHRISTI TEXAS&No Department of Engfi e ing Services 8 'nEep1y�ry m z < 9. - .* 9 g p. , ,� J ELECTRICAL GUCTROUTING III 0.46 aINTERNATIONAL ..' 31 x1 ,31/P1 /1 1j . Y if afq VIIii,-3 na 1 03 ,._ DR d 11 41914 n ll ®. _ ! - — — f m '4x41 A 1U 1311031PB) 90, 44 1 4 l,�) : J � ,r`. 1 1. ,linb±a .�ki NI, 171716.98.01. tin E, 1307467.22' / zz� / / y, m z TAXIWAY A � III 11 1 °oN m mo E SHEET E-113 G' C o 00 = 0 0 0 00 00 0 0 & 0 MATCHUNE-SERO 0 0 g Dim °8 rip o, Ade mg 8-, 8 V'M - �� T °gy m"g ag n�9 �9 - ,.----=_ qo° n0 59 o yr'" n Br ° D.4 �o =.E J AIRPORTOPERATIONSAREA PERIMETER FENCING � CITY of CORPUS CHRISTI TEXAS Department of Engineering Services s p ' neC)31 m g m o U' z < N 9 - a o . .1 - 9 gP g — O ELECTRICALDUCT ROUTING5 rCHLINE SEE SHEET E108 54 2 ) INTERNATIONAL DR NrERNAroNALoR ,� � m N m ® ®� 1a �e • •• • • • • • ilvsi • r — —0— ."•• F _ ® 10 ®� � N _3,5` — o ..2— — — S° E11'776"9 2 0 az Q -: In rnxiwnvn� s„ a L 0 ® = 1 i�- o MATCH LINE SEE SHEET E 112 oo O 0 0 0 m ®P O ° 0 00 0 0 0 z o z Nko gy mo n"oz oQ y gko �wko 3" r y gg. _o [_' I i` o ggo P k" o9�0 a o � LTE � F g PENSION BrAIRCORPUS DESCRIPTION REVISION NO o E o N =.E 7,' J CHRISTI INTERNATIONAL AIRtPORTOPERATIONSPAREA PERIMETER FENCING CITY of CORPUS CHRISTI TEXAS Department of Engfi e nng Services g nEep1y�ry 9 m< g N o z 9 - �� . 9 g g 2 ELECTRICAL ()U ROUTING 1 IAATCHLINE SEE SHEET E-111 JON IAIREUR RD 0 O SO PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUTING IrI CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MATCHLINE SEE SHEET E 10 O JON MIREUR RD 0 PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUTIK VII CITY of CORPUS CHRISTI TEXAS Department of Engineering Services RUN O0 JON MIREUR RD O PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUTING VIII CITY of CORPUS CHRISTI TEXAS Department of Engineering Services RUNWAY 36-18 �/l PENSION NO SATE REVISION NO DESCPIRRION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRND ICAL DUCT ROUTING IX CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUTING % CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MATCHLINE - SEE SHEET E-116 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu o go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUTING XI CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DUCT ROUTING XII CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 0 00 0 0 0 00 0000 00 0 00 pss PENSION NO DADE REVISION NO OPE DESCRIPTOR aas 3e3roadu go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRND IGLL 111STALLA-E11 I-GATE42B CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO SPEE REVISION NO aas 3e3roadu go AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTAL [ATM II- GATE 38 D ALTERNATE CITY of CORPUS CHRISTI TEXAS Department a Engfieering Services PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu go CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL IMSTALL AT IONIII-GATE5B CITY of CORPUS CHRISTI TEXAS Department of Engineering Services • •11 • ®0 0 0 0000 0 00 4 , o 0 0 0 0 0 0 0 00 PT 00 PENSION NO SPEE REVISION NO OPE aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTALLATION N • GATE 20B CITY of CORPUS CHRISTI TEXAS Department a Engineering Services — — c N 1307066.0 go E130„67.zz 02 3:1 PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTALLATION • GATE 1413 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 000000 O O 00 sN g P' o o N m� O 0 0 0 0 0 0 ® O 9Emr oP n ep 1 J 0 MEI MIEF or— 41 I I • 1 PENSION NO DPEE REVISION NO DESCPIRSION aas 3e3roadu AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTALLATION VI. GATE 3IB CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 5g tdd4 t 38 u3road uio a = i 0 �� 11l CSI.' .: O Zt L —dfi �1° 8L 1331-1$W. L6 L LJ dtlNI A3,1 •F3 m ELECTRICAL INSTALIA110N VII -GATE 4313 (ADDITIJE ALTERNATE 17) AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING 310N-1.3N. II, m,�7N1eNI NTIs.0MAa=TZ Oagun un 213A00 ..9E AMNIA '11.NO3 0,09 montO3SVON3-NON3N1ona1SNOo11dHSa01,da10 O15aO1.0NOOMAIN IL, OV3a3A0Alnllnods3.0 ,IVO 0035 M9 4, AIDE .8. H11M t13wt103SNVillO • .• Cr ® CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 031N now M3 3N IVIS NI 111M AMI 310.,1 213/111213/1110di o� • ''. v : NIVW3tl01310d tl3Mod A111Iln oNI1SIX3 O • • /i�Ll ® LJ till® '• 42 0931nO3HOS o.Lt-1 AtlM-L Q3SVON3-NON M3N lontllSNoo O 0931na,Ho5 o..9/EAr• O3StloOVA M3N1ontl1SN0 O o/sd 039189333 o..t AVM-t O3SVSN3-NON M3N lontllSNO .NE • © CD • 1 ' I !.O•m • MI UO1Va3d03,03dAINOIIOfGNI UV3NIM9N 11VJSNI © GNVISOdDN UN now H3NM U3OV9HOatl3M3N 11V±SONI © � • ® • 0 oe - _- ON NO 103a A3N 1lV±SNI 805-3 1331AS NO S © OWZS1Itl13033S .00-1NOI13313a 913139M H1w, 310d 1SVO321d O NtllHan V32IV M3N 11tl1SN1 905, 1331AS NO I. -11,30 33S a 313210N001,03. NO VH3WVo 10.0 Z1d M3N 1ltllSNlO 805-3 31-IS NO Z.OW 213.11/10d aan 3N31tl1S3O3d3Ntl1O3 Od0AS3SolM3 hV0I6.17•as-3133H5 NO 11V130 33S 00A 3/,d0931nO3H5O..EAVM O3SVON3-NONM3N10na1SNO0 (-V31,1) 3-101-IONVIA 39133 zz .11 A.N -1-1,SNI 0 9028L xi 'Nlisnv a3naV`J oLovoveo No to �•. iia,x0 -.10 N MA. N011VIIVIS NI .os .re .ou .s o T LZ,L9,51.-ON PC]. 1 1 1 1 11 1 t7 $ • I1E 1 1 1 1 • 1 1 ^ s. . CONSULI EE7 E- 126 PROJECT No_ 18511811 71 cgi.� q DIGITALLY05/10.16 {......1.4J a. o o N NOTES GARNER • • t ft ' ` J- 4 - O E% STIINGpF. TO REMAIN 306 INSTALL RA USING TTCT NE 1 WAY1 l O CAT WALL M. MOUNTEDA'M` CABLE Fza CONDUIT DFLOOR C• ONSTRUCT NEW I- WAY 1"C GRsc CONDUIT LeE SHALL BE MOUNTED za ABOVE FINISHED GRADE O INSTALL NEW46STRANU FOC IN EXISTING Uucr BANKCONTAINING NEW CAMERA a ROUT GRSC CONDUIT. 3755 S CAPITAL OF AUSTIN Tx,e,o REGISTRATION 3 G - •. •• • • .NNECTION i : � 1 t : . •• • 1 O REPLACE AFINA GONN- EGTONG ETHERNET SWITCH BETWEEN NEW ETHERNET O s EQUIPMENT CONN ECTtON TO a ISTI NG F. ISTING EQUIPMENT RACKTO REM N INSTALL NEW 16 SLOT MEDIA CONVERTER CHASSIS NA TH NEW MEDIA sWTCN TRANOFOCTOEx�sr,rvGNETWORK = 1 ac; BATAR�M�, CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTALLATION (VIII GATE 278 • ' m I . GENERAL NOTE: • �` E 1 SEE SHEET E 001 AND E 002 FOR LEGEND GENE RN_ NOTES CAUTION NOTES ,AND KEYED NOTES . a. .. ori 1 ,r1 1 . 1 1 1 •0 OM KEY MAP 11 1 •� I 1 A _ .l 1 II 1 II 1 l l I PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTALLATION R. GATE 2813 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services oa Er JOE MIREUR RD • • E -EN Er PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go E.° AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL INSTALIATIC J XI. GATE 34B CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ®© 6 0 z z H m r m n 70 0 D r 0 m m 0 0 0 0 0 m z m z SONIN3dO IND PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Lzasi,3d (Or., AU.) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Sts nD Z o� mm m 0 CO 0 rn G) m m CO 8 4 g 8 8 8 g 5 2 5 1HDIAM 4NV '1VRi31VW 'AZIS 31VJ PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION �aas�ad �3roadu�� AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS II CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 4g PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS 111 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 0 m 0 Z m 0 m 0 m 0 m m-0 o5 mD 0 r m 0 c z -i m 0 r_ O 2 Z O c m 0 O 0 m 0 m 11E111E111E111 11E gwEglEg PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS M CITY of CORPUS CHRISTI TEXAS Department of Engineering Services !L!' 41) 410 C 0 z 00 me -i z 0 0 0 coX 0 c 0 0 m PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu ND Dg, AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 410 go m m PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS VI CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 410 Pio z =x 0 m z n 0co cm H 0 m mr mm D_ C7 0 n F 0 410 Z FO Z m 313 43SV 0 D 0 c 0 0 ®® z on 70 m m m m z 0 m m 0 m 0 D 0 O z 0 c m ®® NOTES PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Lzasi,3d (Or., AU.) 46- 6 CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS VII CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I<S2015,5181171 ccia operations area perimeter fenceTrawings CRP OPF E508 ED dwg Last Save 5,4,016 5 08 PM Last saved by MCLeMay Last lotted Beville Brandon C Plot St le AECmono etb Plot Scale 1 2 Plot Date 6.7,016 516 PM Plotter used DWG To PDF c3 F n O PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu go � � o AIRPORTCORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS V,, CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 41 z z °m z z 0 0 m 0 0 0 m 0 0 O 411 4© PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION Lzz5i,3/ (Or., AU.) go AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 4114 m Z r (n 0 2 0 0 m CO 1 PENSION NO DATE REVISION NO OPE DESCRIPTION Lzasi,ad (Or., AU.) AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS Y.I CITY of CORPUS CHRISTI TEXAS Department of Engineering Services u mam.� '-%"' mm .moi m aaa m AN mmoo 000Noo A g Ago VR 8.. . oo6,R rj 7 2 2 § iiii ,I'L ,a 61011 e$ tee m s" r 00o _�. %o T4s 11 mmmmm a: 9-n7A.N PENSION NO DATE REVISION NO OPE DESCRIPTION Lzasi,ad (Or., AU.) AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS Y.I CITY of CORPUS CHRISTI TEXAS Department of Engineering Services L.33.3.333:333`,33333". 333333333333333333 U33333333°33 33,33 P> zr ,0 00 > co co :» ( 00 {„!! :.--E ” ... � - |;r1 AINS M40A MCB 11 1 7n u\ ,', (\ `\8\\\\\\a > ' > \\\\\}}}}\;,3 .......7 o 71 '0 0 0 �},.} --j} 1 , co :» ( 00 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION LZZ5.L38 (Or., AU.) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT omATImamm PERIMETERPON m ELECTRICAL DETAILS %II CITY of CORPUS CHR/ST/ TEXAS Departme:of Engineering ces e-8:' � - AINS M40A MCB \ ;:;4,}}i �.......�11 7n 0 ,', (\ `\8\\\\\\a > \\\\\}}}}\;,3 -., , -_){ ...., PANEL DESCRIPTION LOW POWER GATE PANEL \,.}{\{�) ( I,: }\ { ;>!]l;=!} `° Pr4 PENSION NO DATE DESCRIPTION REVISION NO DESCRIPTION LZZ5.L38 (Or., AU.) CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT omATImamm PERIMETERPON m ELECTRICAL DETAILS %II CITY of CORPUS CHR/ST/ TEXAS Departme:of Engineering ces D Z 0 S m 0 0 m 0 0 0 m z 0 0 '255;5 0 5""a w 22" maD� -o =SB�i 9➢ mm 52 "g -u m 5 _vv 'AP.'KR ,tiN 000a'o �8 ¢ tf tf W6 P a 00000000 w g 4.2 X > o $ D z aoomo o - ,gm mmmmm m nj RE1 r R s' N u€ no ^ 7 0 Z r 0 n 2 0 0 m m ,pori_ _ v 03 h a�a _o. mn a e �5 [ m non'- Amm,ps p���> m AAA _vv 'AP.'KR ¢ tf tf W6 P a 00000000 o $ D z .,.,o ,gm mmmmm oopg PENSION NO RAPE REVISION NO OPE DESCPIRRION aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS XIII CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m m _ z m D L7 v.. -,m 0onA9'=g m•_7,ys _ 5 o 90T J_ mm F“,„ amigo ==P w 000n NN ovoo 000n�o o �a£_ eee W�g 0000000a;g u e pa o n 3 c €o 1 I 88;8mB- aRs ase ag ap R e 0.1"' o rfiE mz0 it ri oo 0 z m z m 0 0 ni m 0 m Z m o6 m 0 0 2 m 0 0 m m o o m•_7,ys ym ;„ 90T J_ mm w 000n o �a£_ s�ooBo.w 0000000a;g u e pa o c ss off 8 'g 2222 e mz0 it ri oo PENSION NO SATE REVISION NO DESCPIRSION aas 3e3roadu ND AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS %h' CITY of CORPUS CHRISTI TEXAS Department of Engineering Services [ 2 ( 00 as «- am || \;\\\\ /: \ \\\.}` } }}}}} }}! \ \^\\ \} ° � A2\ . \� \^/^/ Am A }{ \ }( \ \\\\\� ,,,,, } PENSION NO SPEE REVISION NO OPE aas 3e3roadu CORPUS CHRISTI INTERNATIONAL AIRPORT AIRPORT OPERATIONS AREA PERIMETER FENCING ELECTRICAL DETAILS XV GITY of CORPUS CHR. TEXAS Deportme:ces js m 31f143HOS 13NVd m m 31f143HDS 13N m co x Sao rN m mu�8 ": _ n e�� MAINS 50A MGB n� mmmmmmm AAS, mm 4 n _�.ue000woe ��eooawoo mw0000woa momoeeeooe ,, < 8gge'.8" >>>> °=Mc< _ 000e0000 �� 0000000NNcmm " m K. E -ii P. eee e-> I I o o� o o o o oeeeo E 1! PANEL LOW POWER GATE PANEL 00000000 : s 808 $=C c am oo'z mm m a n °2 31f143HDS 13N m co x Sao rN mA ": _ n e�� MAINS 50A MGB n� mmmmmmm $n 4 n _�.ue000woe ��eooawoo mw0000woa t >>>> °=Mc< 000e0000 �� " m K. -ii P. eee e-> PANEL DESCRIPTION HIGHPOWER GATE PANEL oeeeo _vm 6 3E - Or oo'z PENSION NO SPEE REVISION NO ,z 5.L38(Or., AU) AIRPORT CORPUS CHRISTI INTERNATIONAL AIRPORT OPERATIONS AREA PERIMETER FENCING EI ECTRICALDETAls %l'I CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 00 91 01 ADDENDUM NUMBER 3 Project: Airport Operations Area Perimeter Fencing Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Josh Crawford, P.E. Project Number: E15221 Addendum No. 3 Specification Section: 00 91 01 Issue Date: July 8, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Josh Crawford, P.E. July 8, 2016 Name Date Addendum Items: Section 00 30 00 Bid Acknowledgement Form, Article 4, Paragraph 4.01 /=5 'P''E• .97 T'•..4 111 r* • %\ *,1 JOSH CRAWFORD I1. 114897 /- S/0 / AEI Texas Registration No. F-5713 Addendum No. 3 Airport Operations Area Perimeter Fencing Project No. E15221 009101-1 Rev 01-13-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 00 Bid Acknowledgement Form, Article 4, Paragraph 4.01: Delete 1. The Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. Add 2. The Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus Additive Alternates in order of priority, based on the available budget, with Additive Alternate I being the highest priority and Additive Alternate IV being the lowest priority. END OF ADDENDUM NO. 3 Addendum No. 3 Airport Operations Area Perimeter Fencing Project No. E15221 009101-2 Rev 01-13-2016 00 9101 ADDENDUM NUMBER 2 Project: Airport Operations Area Perimeter Fencing Project Number: E15221 Owner: City of Corpus Christi City / Engineer: J.H. Edmonds, P.E. 1 -.ter jA.l Designer: Josh Crawford, P.E. Addendum No. 2 Specification Section: 00 91 01 Issue Date: July 6, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Josh Crawford, P.E. July 6, 2016 �.......��� E FTF� ///*•..,,j, % JOSH CRAWFORD 0 0 0 lI4 • • 114897 ' •,/% 1� , •. <4:f Ii %I,. Name Date Addendum Items: Attachment No. 1: Item F-162 Attachment No. 2: Pre -Bid Meeting Minutes Texas Registration No. F-5713 Addendum No. 2 Airport Operations Area Perimeter Fencing Project No. E15221 009101-1 Rev 01-13-2016 ARTICLE 1— MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 1.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) Item F-162 Chain -Link Fences B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) Item F-162 Chain -Link Fences (Attachment No. 1) ARTICLE 2 — CLARIFICATIONS 2.01 CLARIFICATIONS A. Pre -Bid Meeting Minutes Please see Attachment No. 2 END OF ADDENDUM NO. 2 Addendum No. 2 Airport Operations Area Perimeter Fencing Project No. E15221 009101-2 Rev 01-13-2016 AC 150/5370-10G ITEM F-162 CHAIN-LINK FENCES DESCRIPTION 7/21/2014 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. 162-1.2 This item shall consist of the removal of the existing fence, salvage and delivery of the above ground materials, and disposal of all concrete. 162-1.3 This item shall consist of the construction of a concrete erosion control strip, including welded wire, and installation of fence tie -down anchors along the fence, in accordance with these specifications and in conformity with the locations, lines and grades shown on the plans. MATERIALS 162-2.1 FABRIC. The fabric shall be woven from a 9 gauge galvanized steel wire in a 2 -inch mesh and shall conform to the requirements of ASTM A 392, Class 2. 162-2.2 BARBED WIRE. Barbed wire shall be 2 -strand 12-1/2 gauge zinc -coated wire with 4 -point barbs and shall conform to the requirements of ASTM A 121, Class 3, Chain Link Fence Grade. 162-2.3 POSTS, RAILS AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F 1043 or ASTM F 1083 as follows: Galvanized tubular steel pipe shall conform to the requirements of Group IA, (Schedule 40) coatings conforming to Type A, or Group IC (High Strength Pipe), External coating Type B, and internal coating Type B or D. alloy or composite. Posts. rails, and braces, with the exception of galvanized steel conforming to ASTM F1043 or ASTM F1083, Group 1A, Type A, or aluminum alloy, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B117 as follows: • External: 1,000 hours with a maximum of 5% red rust. • Internal: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Federal Specification RR -F-191/3 and the plans. 162-2.4 GATES. Gate frames shall consist of galvanized steel pipe and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. Contractor shall provide a lock and key for all manual gates. Contractor shall coordinate with the airport regarding printing keys. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7 - gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR -F-191/4. F-162-1 Addendum No. 2 Attachment No. 1 Page 1 of 10 AC 150/5370-1OG 7/21/2014 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with zinc -coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2500 psi. Any concrete placed at or above the ground surface shall contain 3-7 percent air content. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, al fa ), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, - . •- • . - ), and kind of coating. 162-2.9 SIGNAGE. Gate and fence sign material and measurements shall adhere to the details in the plans. 162-2.10 PRIVACY SLATS. Where specified in the plans, fence shall be constructed with black polymer privacy insert slats. The slats shall be installed vertically into the fence fabric and shall adhere to ASTM F3000 or ASTM F3000M. CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 10 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. F-162-2 Addendum No. 2 Attachment No. 1 Page 2 of 10 AC 150/5370-1OG 7/21/2014 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced as shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence and within 50' of every end post. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch -in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA -STD -019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, Paragraph 4.2.3.8, Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities. 162-3.7 Cleaning up. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded per T-901. 162-3.8 FENCE REMOVAL. The existing fence material shall not be destroyed during removal without prior approval of the Engineer. Existing fence, including fabric, top rails, fasteners, posts, and other miscellaneous above ground hardware to be removed will not be reused except for temporary fencing but will be delivered to the Owner to a location as directed by the Engineer after removal. Construction requirements shall be as shown on the Plans and/or as approved by the Engineer. Posts shall not be cut off and abandoned in place. Post holes and all disturbed areas shall be filled with material to match the surrounding conditions, compacted and flush with the surface. The concrete erosion control strip shall be removed and disposed of off-site with excavation backfilled with material approved by the Engineer. The clearing of brush, hedges, heavy growth of grass or weeds, debris, rebar and rubbish of any nature to construct the proposed fence and proposed seeding/sodding shall be considered subsidiary to fence removal. At the point where fence removal stops and existing fence is to remain, the remaining (existing) fence end section shall be reconstructed/repaired to provide adequate support and security. At these locations, the Contractor shall determine how the fence is to be reconstructed and submit his determination to the Engineer for approval. End panels will be required at horizontal and vertical deflections in accordance with the requirements for the new fence. Existing gates shown to be removed shall be removed in its entirety and delivered to the Owner to a location as directed by the Engineer after removal. 162-3.9 EROSION CONTROL STRIP. a. Subgrade. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted with approved mechanical equipment. The subgrade under areas to be paved shall be compacted to a depth of 6" and to a density of not less than 98 percent of the F-162-3 f Addendum No. 2 Attachment No. 1 Page 3 of 10 AC 150/5370-10G 7/21/2014 maximum density as determined by ASTM D698. The material to be compacted shall be within +/- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in-place field density shall be determined in accordance with ASTM D1556 or ASTM D2167 and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade. Testing of moisture content and in place density shall be at a frequency of a day's production not to exceed 1,000 linear feet. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. b. Forms. Forms shall be constructed of metal or wood, free from warp, and of sufficient strength to resist springing during the process of depositing concrete. They shall be securely staked, braced, set and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. c. Placing and Finishing. The concrete shall be deposited in the forms upon the wetted subgrade to such depth that when it is compacted and finished, the top shall be at the required elevation. It shall be thoroughly consolidated and the edges along the form spaded to prevent honeycomb. The top shall then be struck off with a straightedge and tamped or vibrated sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. Transverse joints shall be cut with a %" jointer at each fence post, or as directed by the Engineer. Plastering will not be permitted but minor defects shall be filled with a cement mortar (1 part Portland cement to 2 parts concrete sand) applied with a wood float. When completed, the concrete shall be properly cured by covering with polyethylene sheets conforming to ASTM C 171 or a liquid membrane forming compound conforming to ASTM C 309, Type 2, or other methods approved by the Engineer. d. Backfilling. After the forms have been removed, the spaces on each side shall be backfilled with suitable material, which shall be firmly compacted by means of approved mechanical equipment and neatly graded. e. Expansion Joints. A space not less than %" wide shall be left between the sides of the strip and adjacent pavement or other structure and at 100 foot intervals, as directed. This space shall be filled with approved premolded joint filler meeting the requirements of ASTM D 1752. f. Acceptance Sampling and Testing. Concrete will be sampled and accepted in accordance with Item P-610. One sample shall be taken every day of production not to exceed 1000 linear feet of Erosion Control Strip placed. Sampling locations shall be determined by the Engineer. Two (2) specimens shall be made from each sample. See subgrade section for subgrade testing and frequency. 162-3.10 FENCE EXTENSION. Fence extension shall be constructed according to the details in the plans. Contractor shall use material specified within this specification. F-162-4 lddendum No. 2 \ttachment No. 1 Page 4 of 10 AC 150/5370-1OG METHOD OF MEASUREMENT 7/21/2014 162-4.1 "8 -Foot Chain -Link Fence with 3 -Strand Barbed" will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.2 "7 -Foot Black PVC Coated Chain -Link Fence with 3 -Strand Barbed Wire" will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.3 "8 -Foot Chain -Link Fence with 3 -Strand Barbed Wire and Black Privacy Slats" will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.4 Concrete Erosion Control Strip will be measured by the linear foot measured in the direction of the constructed perimeter fence, complete and accepted. 162-4.5 Gates will be measured as complete units of the type and material, specified. 162-4.6 Fence removal will be measured for payment by the linear foot. Measurement will be along the bottom of the fence from center to center of end posts, excluding the length occupied by gate openings. 162-4.7 Gate removal will be measured for payment by each gate removed in its entirety. 162-4.8 Fence extension will be measured for payment per linear foot measured along the length of the fence. 162-4.9 Only gate signs as shown in the plans shall be measured for separate payment. All other signage related to fencing and/or gates is not measured for separate payment but shall be considered subsidiary to the item in which it is contained. BASIS OF PAYMENT - 162-5.1 Payment for 8 -Foot Chain -Link Fence with 3 -Strand Barbed will be made at the contract unit price per linear foot. 162-5.2 Payment for 7 -Foot Black PVC Coated Chain -Link Fence with 3 -Strand will be made at the contract unit price per linear foot. 162-5.3 Payment for 8 -Foot Chain -Link Fence with 3 -Strand and black privacy slats will be made at the contract unit price per linear foot. 162-5.4 Payment for Concrete Erosion Control Strip (including welded wire fabric and tie -down anchors) will be made at the contract unit price per linear foot. 162-5.5 Payment for manual gates shall be made at the contract unit price for each of the type specified. 162-5.6 Payment for fence removal will be made at the contract unit price bid per linear foot. F-162-5 Addendum No. 2 Attachment No. 1 Page 5 of 10 AC 150/5370-1OG 7/21/2014 162-5.7 Payment for gate removal will be paid for at the contract unit price bid for each. 162-5.8 Payment for fence extension will be paid for at the contract unit price bid per linear foot. 162-5.9 Payment for gate signs will be paid for at the contract unit price bid per each. The price shall be full compensation for furnishing all materials, and for all preparation, removal and disposal, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 8 -Foot Chain -Link Fence with 3 -Strand Barbed Wire —per linear foot Item F 162 5.2a Vehicle Gates per each Item F 162 5.2b Pedestrian Gates per each Item F-162-5.2 7 -Foot Black PVC Coated Chain -Link Fence with 3 -Strand Barbed Wire- per linear foot 8 -Foot Chain -Link Fence with 3 -Strand Barbed Wire and Black Privacy Slats - per linear foot Concrete Erosion Control Strip - per linear foot Manual Double Swing Gate (20 -Foot Wide) - per each Manual Pedestrian Gate (4 -Foot Wide) - per each Manual Sliding Gate (20 -Foot Wide) - per each Fence Removal - per linear foot Gate Removal - per each Fence Extension - per linear foot Gate Sign - per each MATERIAL REQUIREMENTS Metallic -Coated Carbon Steel Barbed Wire Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products Zinc Coating (Hot -Dip) on Iron and Steel Hardware Zinc -Coated Steel Chain -Link Fence Fabric Item F-162-5.3 Item F-162-5.4 Item F-162-5.5 Item F-162-5.6 Item F-162-5.7 Item F-162-5.8 Item F-162-5.9 Item F-162-5.10 Item F-162-5.11 ASTM A 121 ASTM A 123 ASTM A 153 ASTM A 392 ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Structural Steel F-162-6 \ddendum No.2 :kttachment No. 1 Page 6 of 10 AC 150/5370-10G 7/21/2014 ASTM A 653 Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process ASTM A 824 Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM A 1011 Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High Strength Low Alloy with Improved Formability, and Ultra High Strength ASTM B 117 Standard Practice for Operating Salt Spray (Fog) Apparatus ASTM B 221 Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Profiles and Tubes ASTM B 429 Aluminum -Alloy Extruded Structural Pipe and Tube ASTM F 668 Polyvinyl Chloride(PVC), Polyolefin and other Organic Polymer Coated Steel Chain -Link Fence Fabric ASTM F 1043 Strength and Protective Coatings on Steel Industrial Fence Framework ASTM F 1083 Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1345 Zinc -5% Aluminum-Mischmetal Alloy -Coated Steel Chain -Link Fence Fabric ASTM G 152 Operating Open Flame (Carbon -Arc) Light Apparatus for Exposure of Nonmetallic Materials ASTM G 153 ASTM G 154 ASTM G 155 FED SPEC RR -F-191/3 FED SPEC RR -F-191/4 Operating Enclosed Carbon -Arc Light Apparatus for Exposure of Nonmetallic Materials Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials Fencing, Wire and Post. Metal (Chain -Link Fence Posts, Top Rails and Braces) Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) FAA -STD -019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM F-162 F-162-7 r i Addendum No. 2 Attachment No. 1 Page 7 of 10 AC 150/5370-1013 7/21/2014 Page Intentionally Left Blank F-162-8 Addendum No. 2 Attachment No. 1 Page 8 of 10 AC 150/5370-1OG GROUND ROD IMPEDANCE TEST REPORT Owner / Sponsor: Engineer: Garver, LLC 7/21/2014 Airport: Contractor: Project Title: Garver Project Number: 15181171 Date: Fall -of -Potential Style Tester (F): Manufacturer: Clamp -On Style Tester (C): Manufacturer: Weather / Site Conditions: Model #: Model #: Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) Ground Rod # Test Equipment Style (F or C) Impedance Value (Ohms) • Tested By: Engineer Witness: Provide signature/date in the fields above. F-162-9 Page of Addendum No. 2 Attachment No. 1 Page 9 of 10 AC 150/5370-10G 7/21/2014 Page Intentionally Left Blank F-162-10 Addendum No. 2 Attachment No. 1 Page 10 of 10 3755 S. Capital of Texas Highway Suite 325 Austin, TX 78704 TEL 512.485.0009 FAX 512.485.0010 www.GarverUSA.com MEETING MINUTES To: Attendees From: Josh Crawford, P.E. RE: Corpus Christi International Airport Airport Operations Area Perimeter Fencing Pre -Bid Meeting Copies To: Bidders Attendees: See attached sign -in sheet. Date: June 28, 2016 Purpose: A non -mandatory pre-bid meeting was held at the Corpus Christi International Airport at 10:00 a.m. on June 28, 2016. A copy of the agenda is included with these minutes. The following items were discussed: • Mr. Bresler provided a brief description of the project and various city contract requirements. • Mr. Hyland discussed the security and badging procedures for the airport. Questions asked regarding TWIC cards and escorting requirements are listed in the Q&A section of these minutes. • Mr. Crawford discussed the following: o Project roles and responsibilities: reference to Article 1 of the General Conditions (Section 00 72 00) for roles defined and Article 7, 9, and 10 for list of responsibilities. o Project Scope: • Difference between the base bid and additive alternates was presented, reference to Invitation to Bid (Section 00 21 13). • Addendum No. 1 has been published. • Phasing of the project was presented, reference to Construction Safety and Phasing drawings and notes. • Security of the project is a primary concern of the airport. The perimeter fence must be secure before the completion of each day. Daily operations that will open the perimeter fence will require third party guard. • Testing requirements will pertain to the concrete and earthwork compaction as noted in the technical specifications. o Inquiries during bidding may be sent to Josh Crawford or uploaded to CivCast. Inquiries will be accepted until 5:00 p.m., local time, 7 days prior to the bid opening date. • A site visit was conducted around the perimeter of the airport Q&A: 01: Will each gate be required to be completed before working on other gates? ddendum No. 2 Attachment No. 2 Page 1 of 6 Al: Specifications and contract documents require each gate to be completed, accepted, and operating before moving to next gate. Q2: Is fence removal and installation the same quantity? A2: No, some fence to remain in place, as noted in the drawings. See examples where fencing to remain over existing structures. Q3: Will a TWIC card be acceptable in lieu of airport badging? A3: No. 04: How many personnel can one badged employee escort? A4: All personnel must be under verbal control of escorted employees. Q5: Is the proposed fence on the same alignment as existing fence? A5: No, see drawings for offset distances and alignment. Q6: If a DBE and non -DBE firm partner for a joint venture, is the DBE participation credited? A6: DBE participation and City contracting requirements (including minority participation) are referenced in the contract documents. DBE requirements are listed in Sections 00 21 13 and 00 72 03. DBE fulfillment or good faith efforts, per the contract documents, are required. Q7: Is the contractor required to perform quality control materials testing. A7: It is advised that the Contractor perform quality control testing on all materials. Clarification of quality control material testing being a requirement or recommendation is identified in each technical specification provided in the contract documents. Q8: Is there a place identified on the airport to place excavation spoils? A8: There is not a place identified on the airport to place excavation spoils. Per Item P-152, material not considered suitable for use on the embankment slope shall be disposed of off-site or as directed by the Engineer. Corpus Christi International Airport AOA Perimeter Fencing Page 2 of 2 Addendum No. 2 Attachment No. 2 Page 2 of 6 3755 S. Capital of Texas Highway Suite 325 Austin, TX 78704 TEL 512.485.0009 FAX 512.485.0010 www.GarverUSA.com Pre -Bid Meeting Airport Operations Area Perimeter Fencing Project: Corpus Christi International Airport Airport Operations Area Perimeter Fencing Project No. E15221 Record Drawing No. AP142 Date: Tuesday, June 28, 2016, 10:00 a.m. Location: Corpus Christi International Airport Second Floor Administration Conference Room Consultant: Garver Agenda: 1. Sign -In Sheet (Garver) 2. Introduction (City of Corpus Christi) 3. Contract Overview and Requirements (City of Corpus Christi) 4. Badging and Training Requirements (Corpus Christi International Airport) 5. Project Roles and Responsibilities (Garver) 6. Project Scope (Garver) a. Drawings and Contract Documents b. Base Bid and Additive Alternates c. Phasing d. Schedule e. Security f. Testing Requirements 7. Bidder's Inquiries (Garver) a. Contact: Josh Crawford, Garver, 512-485-0009 b. Cut Off Date — 5:00 p.m., 7 days prior to bid opening date 8. Questions 9. Site Visit Addendum \o. 2 Attachment No. 2 Page 3 of 6 Airport Operations Area Perimeter Fencing Corpus Christi International Airport Pre -Bid Meeting June 28, 2016 — 10:00 a.m. Name SIGN -IN SHEET Representing t� P MP ,/Gs cr sit/ R°ic ' 41D5 --TOj'%IA`is, I C!l/A f A-c,h.rq - c- -ra° y �. lost 6447A Garver Project No. 15181171 '1 Phone # 5-12_-4 SC -boo 83a 73g,"1353- 039 3--`l3sr839 5' 3-1317 yo9 7 /-?4';a �a 5`fS 53t�(e c rliJ. 779 -59/ -?k4 - q Oct - f5-8300 29i 36( Email -J$GQ.AwroRDP (AauEL115A . coH k.44,7 z, cs' itt,"7 o4. C4.,7, Pao Is53oQ 1'0 6-1( C. Cory •/.0 GP", ?1,04; inch c7 DAL-. Co.A2 fr-k c1.it7I/ , T C• ,.� �v Cl- 1e1 -4c 2`2 C ` RS �►t._t�S!k ,�:Z. "C�"i 4.c o Sf,��E,rd 3G/ -2.89 47 88 Addendum No. 2 Attachment No. 2 Page 4 of 6 Page 1 of 3 Airport Operations Area Perimeter Fencing Corpus Christi International Airport Pre -Bid Meeting June 28, 2016 - 10:00 a.m. Name SIGN -IN SHEET Representing Phone # Email frti 10 P-1.%) S Li .S.cewa? O >>)—b02- ISIZ DRv,i)SZ 'us Fe31cettiq 36 ATeIALAA., /14 41 /VA tart av We -S ill 60,54e t /n ' M4.4 4 l.1-2////AIYI /1-// vvah Zrt grAAltt1 San& Frei <-10,40 641 -(j5wv Garver Project No. 15181171 531- sot-)(o(o( 3Dske o cegdt1/4c-14-iA ..car. 51»L A ss i i 5a-✓dif, 972- S 23 53 3f9 4,41-4 c,a,te -714- ,Nkbv6-. 47)41. Die Fenct^t 3(01 R3z-33(op 4—C. ir-C Vic -e_ - b1 - e, b - L1 bt rbec vnAi rG a c.reoc� . co f --t. i.)meG%nr<< (0 de-'4..eP • C'orvt. 1\4 it a fr. F0 id 3 (/ — 6 V% fe / pt 4 h 4 &IQ /'.ey I° o. c A/4 aw coyc 36/-2'/1 - 73 /S 6).hi4Coda Ci'i'tfd Ge,t+e i=eoic Mtf, S6/- gid -OZ7(i 1-f so 6.h 6 d GMS, i. c 0 n, 3d! ZP96r7/ 3(0/-22'9-017/ •Sbrd4 C ccs, clititer/Alialik Page 2 of 3 Addendum No. 2 Attachment No. 2 Page 5 of 6 Airport Operations Area Perimeter Fencing Corpus Christi International Airport Pre -Bid Meeting June 28, 2016 — 10:00 a.m. Name SIGN -IN SHEET Representing TO s -r - Phone # Email 3 'bG7� - y V 64 62401..1pC'oz_ 7P11 SFT to c�F7"-';) ?ilc_ t y3? • ' :" f --044;k_ 1aLtwi,A Garver Project No. 15181171 h �t<.cro ^ n r'�jy_ ie%) car+ /17 �R � racy/! GeeaM✓Chdm • CI" /?_ 372- 7YB41 rvr .w, ., e-. . co,., Addendum No. 2 Attachment No. 2 Page 6 of 6 Page 3 of 3 00 91 01 ADDENDUM NUMBER 1 Project: Airport Operations Area Perimeter Fencing Project Number: E15221 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P Designer: Josh Crawford, P.E. Addendum No. 1 Specification Section: 00 9101 Issue Date: June 23, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Josh Crawford, P.E. June 23, 2016 Name Date Addendum Items: Section 00 21 13 Invitation To Bid and Instruction To Bidders, Article 2, Paragraph 2.02 Section 00 72 01 Insurance Requirements, Article 1, Paragraph 1.01.A (Attachment #1) /' 5�PZE.OF TF�,4s111 11 JOSH CRAWFORD f�11 • • 114897 //j/ i Texas Registration No. F-5713 Addendum No. 1 Airport Operations Area Perimeter Fencing Project No. E15221 009101-1 Rev 01-13-2016 ARTICLE 1 — BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 21 13 Invitation To Bid and Instruction To Bidders, Article 2, Paragraph 2.02: Delete 1. The Engineer's Opinion of Probable Construction Cost for the Project is $6,173,000.00 for the base bid. The Project is to be substantially complete and ready for operation within 325 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. Add 1. The Engineer's Opinion of Probable Construction Cost for the Project is $5,010,000.00 for the base bid. The Project is to be substantially complete and ready for operation within 325 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 2 — CLARIFICATIONS 2.01 CLARIFICATIONS A. SECTION 00 72 01 Insurance Requirements, Article 1, Paragraph 1.01.A: 1. Please see Attachment #1 Delete existing Section 00 72 01 page 1 Add Attachment #1 for updated Section 00 72 01 page 1 END OF ADDENDUM NO. 1 Addendum No. 1 Airport Operations Area Perimeter Fencing Project No. E15221 009101-2 Rev 01-13-2016 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 — INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim • Required x Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price • Required x Not Required Installation Floater Equal to Contract Price • Required x Not Required Owner's Protective Liability Equal to Contractor's liability insurance x Required ■ Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements Airport Operations Area Perimeter Fencing Project No. E15221 Addendum No. 1 Attachment #1 007201-1 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by B.E. Beecroft Company, Inc. (type or print name of company) on: July 13th, 2016 at 2:00 PM for Project No. E15221 Airport Operations Area Perimeter Fencing. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Airport Operations Area Perimeter Fencing Project, Project No. No. E15221 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1 06/24/2016 (::� 2 07/06/2016 .--------‘2_.---____(:) 3 07/08/2016 -r-----Z Bid Acknowledgement Form 00 30 00 - 1 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 2 Airport Operations Area Perimeter Fencing Project No. E15221 Rev01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ 5:ra 411714 Additive Alternate I $ 3 71 , ?Y4 Additive Alternate II $ 13&g Additive Alternate III $ 1 d 0) ( 2 - Additive Additive Alternate IV $ q5 #501 The Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded to the lowest responsible bidder that submits a responsive bid. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. Bid Acknowledgement Form 00 30 00 - 3 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. G. SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 00 30 00 - 4 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 • ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 00 30 00 - 5 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: B.E. Beecroft Company, Inc. By: (typed or printed full legal name of Bidder) (individual's signature) Name: Mike Munoz Title: Project Manager Attest: (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (typed or printed) lageti (individual's signature) Texas 74-1687038 2222 Laredo Street Corpus Christi, Texas 78404 Phone: (361) 882-6791 Email: mam@beecroftconstruction.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 Airport Operations Area Perimeter Fencing Project No. E15221 Rev 01-13-2016 BEECRO F CONSTRUCTION'. www. beecroftconstruction.com A( Al A A A4 A A6 A7 A8 A9 Al All Alt Al 3 A14 A15 Al 6 Al 7 A18 Al 9 A20 A21 A22 A23 A24 A25 A26 A27 A28 A29 A30 A31 A32 A33 T JOB NAME: CCIA - Communications Center LOCATION: Corpus Christi, TX ARCHITECT: PGAL Architects 7/13/2016 ITEM UNIT PRIG GENERAL CONDITIONS _.-.. L.S. ....,r...1.1 1 E 365,524.54 Pmvurvi $365,524.54 OWNER'S PROTECTIVE INSURANCE L.S. 1 31,335.83 $31,335.83 ! MOBILIZATION L.S. 1 82,425.00 $82,425.00 i SITE PREPARATION L.S. 1 20,352.29 $20,352.29 TEMPORARY CHAINLINK FENCE L.F. 2,169 5.78 $12,525.98 PAVEMENT REMOVAL S.Y. 416 26.04 $10,831.80 GRAVEL ROAD REMOVAL S.Y. 221 10.24 $2,262.49 EXISTING FENCE DITCH STRUCTURE REMOVAL EACH 7 1,050.00 $7,350.00 EXISTING SAFETY END TREATMENT REMOVAL EACH 4 934.50 $3,738.00 PIPE REMOVAL L.F. 120 58.80 $7,056.00 UTILITY POTHOLE COORDINATION L.S. 1 5,250.00 $5,250.00 PAVEMENT EDGE GRADING L.F. 628 32.97 $20,705.16 DITCH STRUCTURE TYPE A L.F 285 76.55 $21,815.33 LOCKOUT/TAGOUT PROCEDURES L.S. 1 3,176.25 $3,176.25 48 -STRAND FIBER OPTIC CABLE, INSTALLATION & SPLICING L.F. 30,500 4.94 $150,517.50 12 -STRAND FIBER OPTIC CABLE, INSTALLATION & SPLICING L.F. 470 3.94 $1,850.63 CATEGORY 6, OUTDOOR RATED, HORIZONTAL COPPER CABLING, INSTALLATION & SPLICING L.F. 325 3.26 $1,057.88 TERMINAL COMMUNICATIONS CENTER IMPROVEMENTS L.S. 1 15,713.25 $15,713.25 EXISTING GATE OPERATOR SYSTEM, REMOVED EACH 4 4,831.58 $19,326.30 DIRECTIONAL BORING, 3 -WAY 3" C POLYETHYLENE CONDUITS L.F. 175 179.25 $31,368.75 GATE 31 B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 144,008.55 $144,008.55 GATE 28B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED LS. 1 179,121.60 $179,121.60 GATE 20B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 150,607.80 $150,607.80 GATE 14B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 158,384.10 $158,384.10 GATE 5B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 148,569.75 $148,569.75 GATE 428 AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 162,730.05 $162,730.05 GATE 34B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 166,051.20 $166,051.20 GATE 11B AUTOMATIC SLIDING CANTILEVER GATE OPERATOR SYSTEM, INSTALLED L.S. 1 24,486.00 $24,486.00 WALL -MOUNTED, FIXED -VIEW CCTV CAMERA AND NETWORK CONNECTION, INSTALLED EACH 2 2,782.50 $5,565.00 8 -FOOT CHAIN-LINK FENCE WITH 3 -STRAND BARBED WIRE L.F. 34,133 22.05 $752,588.55 7 -FOOT BLACK PVC COATED CHAIN-LINK FENCE WITH 3 -STRAND BARBED WIRE L.F. 35 105.00 $3,675.00 8 -FOOT CHAIN-LINK FENCE WITH 3 -STRAND BARBED WIRE & BLACK PRIVACY SLATS L.F. 145 40.55 $5,880.00 CONCRETE EROSION CONTROL STRIP L.F. 33,505 32.92 $1,102,900.05 MANUAL DOUBLE SWING GATE (20 -FOOT WIDE) EACH 4 3,721.20 $14,884.80 Print Date: 7/13/2016 Page 1 of 2 BEECROF T A3 A35 A36 A37 A38 A39 A40 A41 A42 A43 A44 A45 A46 A47 A48 A49 A50 A51 A52 A53 A54 A55 A56 A57 A58 www..eecro cons ruc ion.com JOB NAME: CCIA - Communications Center LOCATION: Corpus Christi, TX ARCHITECT: PGAL Architects 4 _ V MANUAL PEDESTRIAN GATE (4 -FOOT WIDE) EACH 6 1,088.85 $6,533.10 MANUAL SLIDING GATE (20 -FOOT WIDE) EACH 3 6,017.55 $18,052.65 FENCE REMOVAL L.F. 34,799 2.57 $89,593.35 GATE REMOVAL EACH 29 157.50 $4,567.50 FENCE EXTENSION L.F. 53 25.20 $1,335.60 GATE SIGN EACH 17 5,250.00 $89,250.00 TEMPORARY EROSION CONTROL L.S. 1 72,450.00 $72,450.00 SEEDING ACRE 16 8,127.12 $125,970.41 SODDING S.Y. 1,409 8.89 $12,526.54 NON-ENCASED, ELECTRICAL DUCT BANK, 3 -WAY 3" C WITH SCHEDULE 40 PVC CONDUIT L.F. 28,500 34.56 $985,005.00 NON-ENCASED, ELECTRICAL DUCT BANK, 3 -WAY 3" C WITH SCHEDULE 80 PVC CONDUIT L.F. 40 92.19 $3,687.60 NON-ENCASED, ELECTRICAL DUCT BANK, 3 -WAY 3" C WITH SCHEDULE 80 PVC CONDUIT & SAWCUT PAVEMENT REPAIR L.F. 350 291.89 $102,159.75 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 1-1/2" C WITH SCHEDULE 40 PVC CONDUIT L.F. 710 22.80 $16,191.00 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 1-1/2" C WITH SCHEDULE 80 PVC CONDUIT L.F. 25 32.55 $813.75 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 1-1/2" C WITH SCHEDULE 80 PVC CONDUIT & SAWCUT PAVEMENT REPAIR L.F. 45 87.97 $3,958.50 NON-ENCASED, ELECTRICAL CONDUIT, 1 -WAY 2" C WITH SCHEDULE 40 PVC CONDUIT L.F. 350 27.89 $9,759.75 PRECAST CONCRETE, AIRCRAFT RATED, ELECTRICAL HANDHOLE, 2'L X 3'W X 3'D, INSTALLED EACH 2 17,424.23 $34,848.45 CONCRETE ENCASED, PREFABRICATED ELECTRICAL HANDHOLE, SIZE 2'L X 3'W X 3'D, INSTALLED EACH 75 3,066.34 $229,975.20 FLEXIBLE BASE (COMPLETE IN PLACE), 8" THICKNESS, GRADE 1, TYPE D S.Y. 798 47.30 $37,747.40 CONCRETE PAVEMENT (7" THICKNESS) S.Y. 663 95.66 $63,419.27 REINFORCED CONCRETE PIPE (24 IN) (CLASS III) L.F. 48 129.94 $6,237.00 REINFORCED CONCRETE PIPE (DES 1) (ARCH) (CLASS III) L.F. 40 251.74 $10,069.50 SET (TY II) (24") (CONCRETE) (6:1) (P) WITH PIPE RUNNERS EACH 2 6,247.50 $12,495.00 SET (TY II) (DES 1) ( CONCRETE) (6:1) (C) EACH 2 6,037.50 $12,075.00 CONCRETE CURB (MONO) L.F. 94 20.90 $1,964.13 TOTAL BASE BID $5,784,320.85 Print Date: 7/13/2016 Page 2 of 2 TOTAL BASE BID $5,784,320.85 Print Date: 7/13/2016 Page 2 of 2 B1 B2 B3 B4 B5 B6 B7 B8 B9 BEECROF T CONSTRUCTION www. beecroftconstruction.com JOB NAME: CCIA - Communications Center LOCATION: Corpus Christi, TX ARCHITECT: PGAL Architects 7/13/2016 Part B - Additive Alternate 1 - Perimeter Fence ITEM AMOUNT SITE PREPERATION L.S. 1 2,625 $2,625.00 TEMPORARY CHAIN-LINK FENCE L.F. 1100 6 $6,352.50 8 -FOOT CHAIN-LINK FENCE WITH 3 -STRAND BARBED WIRE L.F. 5532 22 $121,980.60 CONCRETE EROSION CONTROL STRIP L.F. 5532 36 $199,815.84 MANUAL SLIDE GATE (20 -FOOT WIDE) EACH 1 6,228 $6,227.55 FENCE REMOVAL L.F. 6163 3 $16,177.88 GATE REMOVAL EACH 1 158 $157.50 GATE SIGN EACH 1 1,575 $1,575.00 SEEDING ACRE 2.5 6,734 $16,834.65 SUBTOTAL $371,746.52 TOTAL BID $371,746.52 Print Date: 7/13/2016 Page 1 of 1 C1 C2 C3 C4 C5 BEECROF T CONSTRUCTION www. beecroftcon stru ction . com JOB NAME: CLIA - Communications Center LOCATION: Corpus Christi, TX ARCHITECT: PGAL Architects 7/13/2016 Part C - Additive Alternate 2 - Perimeter Fence ITEM SITE PREPARATION L.S. 1 2,625 $2,625.00 8 -FOOT CHAIN-LINK FENCE WITH 3 -STRAND BARBED WIRE L.F. 7015 22 $154,680.75 CONCRETE EROSION CONTROL STRIP L.F. 7015 6 $43,381.80 FENCE REMOVAL L.F. 7015 3 $18,414.38 SEEDING ACRE 3.2 6.473 $20,713.05 SUBTOTAL $239,814.97 TOTAL BID $239,814.97 Print Date: 7/13/2016 Page 1 of 1 D1 D2 D3 D4 LiB E E C R O F T CONSTRUCTION www.beecroftconstruction.com JOB NAME: CCIA - Communications Center LOCATION: Corpus Christi, TX ARCHITECT: PGAL Architects 7/13/2016 Part D - Additive Alternate 3 - Gate 3B ITEM SITE PREPARATION L.S. 1 2,625 NIYIVVIN 1 $2,625.00 TERMINAL COMMUNICATIONS CENTER IMPROVEMENTS L.S. 1 1,995 $1,995.00 GATE 3B AUTOMATIC SLIDING CANTILEVER GATE AND OPERATOR SYSTE L.S. 1 99,225 $99,225.00 MANUAL DOUBLE SWING GATE (20 -FOOT WIDE) EACH 1 (3,721) -$3,721.20 SUBTOTAL $100,123.80 TOTAL BID $100,123.80 Print Date: 7/13/2016 Page 1 of 1 El E2 E3 E4 likwww. beecroftcon struction . com B E C R O T CONSTRUCTION JOB NAME CCIA - Communications Center LOCATION: Corpus Christi, TX ARCHITECT: PGAL Architects 7/13/2016 Part E - Additive Alternate 4 - Gate 43B ITEM SITE PREPARATION L.S. 1 2,625 AMOUNT $2,625.00 TERMINAL COMMUNICATIONS CENTER IMPROVEMENTS L.S. 1 1,995 51,995.00 GATE 3B AUTOMATIC SLIDING CANTILEVER GATE AND OPERATOR SYSTE L S. 1 94,605 $94,605.00 MANUAL DOUBLE SWING GATE (20 -FOOT WIDE) EACH 1 (3,721) -$3,721.20 SUBTOTAL $95,503.80 TOTAL BID $95,503.80 Print Date: 7/13/2016 Page 1 of 1 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not Tess than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of XBidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: B.E. Beecroft Company, Inc. (typed or printed) By:_______-) Name: Mike Munoz Title: Business address: (signature -- attach evidence of authority to sign) (typed or printed) Project Manager 2222 Laredo Street Corpus Christi, Texas Phone: (361) 882-6791 Email: mam@beecroftconstruction.com END OF SECTION Compliance to State Law on Nonresident Bidders Airport Operations Area Perimeter Fencing Project No. E15221 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CI I Y PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: B.E. Beecroft Company, Inc. P. O. BOX: P.O. Box 2643 STREET ADDRESS: 2222 Laredo Street FIRM IS: 1. Corporation 4. Association CITY: Corpus Christi 2. Partnership 5. Other ZIP: 78404 - 2643 3. Sole Owner DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) NA NA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title NA NA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name NA Board, Commission or Committee NA 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NA NA City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement, that [ have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Mike Munoz Title: Project Manager (Type or Print) Signature of Certifying Person: DEFINITIONS Date: 07/13/2016 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Airport Operations Area Perimeter Fencing Project Project No. E15221 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: B.E. Beecroft Company, Inc. By: Name: (typed or printed) (signature -- attach evidence of authority to sign) Mike Munoz (typed or printed) Title: Project Manager Business address: 2222 Laredo Street Phone: Corpus Christi, TX (361) 882-6791 Email: mam@beecroftconstruction.com END OF SECTION Non -Collusion Certification Airport Operations Area Perimeter Fencing Project No. E15221 003006-1 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY Disadvantaged Business Enterprise (DBE) Utilization (FAA FORM 010460 — DBE PARTICIPATION REPORTING) The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): ❑ The bidder/offeror is committed to a minimum 8.87% DBE utilization on this contract. ❑The bidder/offeror (if unable to meet the DBE goal of 8.87%) is committed to a minimum of % utilization on this contract and submits documentation demonstrating good faith efforts. Name of bidder/offeror's firm: B.E. Beecroft Company, Inc. By: Project Manager (Signature) (Title) Minority/MBE/DBE Participation Policy Airport Operations Area Perimeter Fencing Project No. E15221 00 72 03 - 1 Complete the following for each DBE Firm to be used on the project. Name of Bidder/Offeror's Firm: B.E. Beecroft Company, Inc. Name of DBE Firm: Address: City, State, Zip: Telephone(s): Description of Work to be performed by DBE firm: The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated value as stated above. By: (DBE Signature) (Title) If the bidder/offeror does not receive award of the prime contract, any and all representation in this Letter of Intent and Affirmation shall be null and void. (Submit this page for each DBE subcontractor.) Minority/MBE/DBE Participation Policy Airport Operations Area Perimeter Fencing Project No. E15221 00 72 03 - 2 NOIJJ3S 30 CIN3 E - EO ZL 00 co .1 abeuelAj taaload z 2 o_ 3 m 0 0 0 aaaa8 .3.9 n 0 3 Schedule of DBE Unavailability *AIA Document A3IOTM - 2010 Bid Bond CONTRACTOR: B. E. Beecroft Co., Inc. P. O. Box 2643 Corpus Christi, Texas 78403 OWNER: City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 SURETY: Arch Insurance Company 300 Plaza 300 Jersey City, New Jersey 07311 BOND AMOUNT: 55 Greatest Amount Bid PROJECT: Airport Operations Area Perimeter Fencing This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Project Number, if any: E15 2 21 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory, or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom 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. Signed and sealed this Sth day of July 2016 B. E. Beecroft Co., Inc. (P fZ (Witness) ArchIn'rance Company (Sure J (Seal) (Seal) (Tit e) Allen . Borden AIA Document A310'" — 2010. Copyright C 1963, 1970 and 2010 by The American Institute of Architects All rights reserved. Attorney in Fact ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact William J. Misero, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention: William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 4/12) Printed in U.S.A. AIC 0000007948 THIS POWER OF ATTORNEY IS NOT VALID UNLESS ITIS PRINTED ON BLUE BACKGROUND. —_ This Power oorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Allen G. Borden, Debra L. Johnson and Wallace C. Goodman of Corpus Christi, TX (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety WvWions in ptisuance of these presents shall be as binding upon the said Company as fully and amply to all intents and poses, as if tha_same had been duly executed and acknowledged by its regularly elected officers at its principal administrative ofin Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other sureations obligatory in the nature thereof, and any such officers of the Comfy may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairmanthe Boaie President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000007948 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 17`h day of November, 2011. Attested and Certified artin J. Nilsen, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company YVt David M. rirTkefstein, Executive Vice President I, Kathleen Marcinkus, a Notary Public, do hereby certify that Martin J. Nilsen and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL KATHLEEN MARCIM(US, Notary Public City of Philadalphla, Ptd!a. Coun My_C � r'*>calroa March fa 014 CERTIFICATION Kathleen Marcinkus, Notry Public My commission expires dd3/14/2014 I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated November 17, 2011 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this �1 day of _ L\i , 20_1 _. artin J. Nils€n, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. 00 52 23 AGREEMENT This Agreement, for the Project awarded on October 18, 2016 Christi (Owner) and B.E. Beecroft Company, Inc. (Contractor). Owner and Contractor agree as follows: is between the City of Corpus ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CCIA - Airport Operations Area Perimeter Fencing Project No. [15221 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Garver, LLC 3755 S. Capital of Texas Highway, Suite 325 Austin, TX 78704 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. - Acting Construction Engineer City of Corpus Christi - Engineering Services 4917 Holly Road #5 Corpus Christi TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 325 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 355 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23 - 1 [15221 CCIA- Airport Operations Area Perimeter Fencing Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 1,200.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $ 1,200.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price Plus Add. Alts. #1, #2, #3, #4 ARTICLE 5 — PAYMENT PROCEDURES $6,681,780.30 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 2 [15221 CCIA- Airport Operations Area Perimeter Fencing Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 90% percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 [15221 CCIA- Airport Operations Area Perimeter Fencing Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 1. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS 2. Drawings listed in the Sheet Index 3. Addenda 4. Exhibits to this Agreement: a. Contractor's Bid Form b. n/a 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 [15221 CCIA- Airport Operations Area Perimeter Fencing Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI '{ 1 1t C Digitally signed by Rebecca Huerta _ DN: cn=Rebecca Huerta, o, ou, email=rebeccah@cctexas.com, c=US Date: 2016.11.08 16:46:00 -06'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: 2016.11.08 12:32:43 -06'00' Janet L. Kellogg Assistant City Attorney Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2016.11.08 14:48:04 -06'00' J.H. Edmonds, P.E. Director of Engineering Services Ord. 030989 AUTHORIZED BY COUNCIL 10/18/16 RH/ML ATTEST (IF CORPORATION) CONTRACTOR Mike Munoz Digitally signed by Mike Munoz DN: C=US. E=mam@beecroftconstruction.com.. 0="B.E. Beecroft Co.. Inc.". CN=Mike Munoz Reason. I attest to the accuracy and integrity of this document Date: 2016.10.24 09:21:23-05'00' Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Digitally signed by RH/ML Date: 2016.11.08 16:18:33 -06'00' B.E. Beecroft Company, Inc. By: Title: Digitally signed by Sam N. Beecroft DN: cn=Sam N. Beecroft, o=B. E. Beecroft Co., Sam N. Beecroft Inc., ou,email=snb@beecroftconstruction.com, c=US Date: 2016.10.21 13:59:26 -05'00' President 2222 Laredo Street Address Corpus Christi Texas 78404 City State Zip 361/882-6791 Phone Fax mam@beecroftconstruction.com EMail END OF SECTION Agreement 00 52 23 - 6 E15221 CCIA- Airport Operations Area Perimeter Fencing Rev 06-22-2016 00 61 16 PAYMENT BOND BOND NO. SU1139265 Contractor as Principal Name: B.E. Beecroft, Inc. Mailing address (principal place of business): 2222 Laredo Street Corpus Christi, TX 78404 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E15221 CCIA — Airport Operations Area Perimeter Fencin Award Date of the Contract: October 18, 2016 Contract Price: $6,681,780.30 Bond Date of Bond: October 25, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Mailing address (principal place of business): Arch Insurance 3 Pkwy Suite 1500 Philadelphia, PA 19102 Physical address (principal place of business): Arch Insurance 3 Pkwy Suite 1500 Philadelphia, PA 19102 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 201-743-4000 Telephone (for notice of claim): 201-743-4000 Local Agent for Surety Name: Borden Insurance Address: P. 0. Box 1066 Corpus Christi, Texas 78403 Telephone: 361-882-6543 Email Address: dj ohnson@bordenins . com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following ,oil free number: 1-800-252-3439 Payment Bond Form E15221 CCIA Airport Operations Perimeter Area Fencing 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontr^ctor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal' Signature: aSignat�//J Surety / / • 0L/( , , Name: t{at N-// LitfroP Name: Debra L. Johnson Title: Pis .is Title: Mt, r fie V -.To c9a-e t Email Address: sob fjif(rocke."S--nAt 14.(aN. Email Address: djohnson@bordenins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E15221 CCIA Airport Operations Perimeter Area Fencing 006116-2 7-8-2014 AIC 0000007952 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Allen G. Borden, Debra L. Johnson and Wallace C. Goodman of Corpus Christi, TX (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attomey is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attomey, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such; power' so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000007952 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 17"' day of November, 2011. Attested and Certified .1' artin J. Nils /, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. in a stein, Executive Vice President I, Kathleen Marcinkus, a Notary Public, do hereby certify that Martin J. Nilsen and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEAI.T OF PENNSYLVANIA NOTARIAL SEAL KATHLEEN MARCIMKUS, Notary PubJlc Cfty ointbdelpto, PNEP. Cour CERTIFICATION Kathleen Marcinkus, NotPublic My commission expires 03/14/2014 I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attomey dated November 17 2011 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attomey the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMNY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 2 5day of OCAp\pe.r— , 20 1 C1 . n J. Nil n Secretary ry This Power of Attomey limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact William J. Misero, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention: William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 4/12) Printed in U.S.A. 00 61 13 PERFORMANCE BOND BOND NO. SU1139265 Contractor as Principal Name: B.E. Beecroft, Inc. Mailing address (principal place of business): 2222 Laredo Street Corpus Christi, TX 78404 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E15221 CCIA — Airport Operations Area Perimeter Fencin¢ Award Date of the Contract: October 18,2016 Contract Price: $6,681,780.30 Bond Date of Bond: October 25, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Mailing address (principal place of business): Arch Insurance 3 Pkwy Suite 1500 Philadelphia, PA 19102 Physical aadress (principal place of business): Arch Insurance 3 Pkwy Suite 1500 Philadelphia, PA 19102 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 201-743-4000 Telephone (for notice of claim): 201-74'-4000 Local Agent for Surety Name: Borden Insurance Address: P. 0. Box 1066 Corpus Christi, Texas 78403 Telephone: 361-882-6543 Email Address: djohnson@bordenins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E15221 CCIA Airport Operations Area Perimeter Fencing 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princip. Signature: :: Surety SignaturetY494:5,\X„...d Name: 4.w1. N. G CEcro ft- Name: Debra L. Johnson Title: I' SIl1'iA Title: gr,9e -Fey-1(J / Email Address: SIS . ht€c (bi-4 CdAS'/uc'a . Email AddYess: djohnson@bordenins.com Co•w (Attach Power of Attorney and place surety seal below) (JJ J it .)«• ' y.) iva `' YJ a Ii •. 11,1;11 I''`11% END OF SECTION Performance Bond E15221 CCIA Airport Operations Area Perimeter Fencing 006113-2 7-8-2014 AIC 0000007952 THIS POWER OF ATTORNEY IS NOT VALID UNLESS ITIS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Allen G. Borden, Debra L. Johnson and Wallace C. Goodman of Corpus Christi, TX (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such_ power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000007952 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 17th day of November, 2011. Attested and Certified actin J. Nils -', Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. stein, Executive Vice President I, Kathleen Marcinkus, a Notary Public, do hereby certify that Martin J. Nilsen and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. R PENN$ri.VAN1A NOTARIAL SEAL KATHLEEN MARCINKUS, Notary Public CIV Pltlatielp1112, Fhb. Loon CERTIFICATION Kathleen Marcinkus, Not Public My commission expires 3/14/2014 I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attomey dated November 17. 2011 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attomey as Executive Vice President, was on the date of execution of the attached Power of Attomey the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMNY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 25 day of QC -Watt— , 20 1( f J. Nil n Secretary ry This Power of Attomey limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance – Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. y ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact William J. Misero, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention: William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 4/12) Printed in U.S.A. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-102023 Date Filed: 08/19/2016 Date Acknowledged: Z 2016.11.08 12:23:06 -06'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. B. E. Beecroft Co., Inc. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the Corm is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E15221 Airport Operations Area Perimeter Fence Replacement 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling 1 Intermediary Beecroft, Sam Corpus Christi, TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. d~tw:..csN"'4 , ENEDINA GARCIA it SA.** `.4 Notary Public. State of texas : =.: ,�;: My Commission Expi, 9 << < l'l K)I &C2-Z%f %"' s September 18, 20 -.�.-- • Signature of authorized agent of contracting usiness entity / AFFIX NOTARY STAMP 1 SEAL ABOVE ,� Savor to and subscribed before me, by the said )w TSN ' � �rO this the ' el day ofClikt , 20 � , to certify which, witness my hand and seal of office. N r , E-ned,\nGG3--f- ak_ Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state. tx. us Version V1.0.277 DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACTPRODUCERNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUBRINSR POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITSPOLICY NUMBERLTR (MM/DD/YYYY) (MM/DD/YYYY)INSR WVD GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTEDCOMMERCIAL GENERAL LIABILITY $PREMISES (Ea occurrence) CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS - COMP/OP AGG $ PRO-$POLICY LOCJECT COMBINED SINGLE LIMITAUTOMOBILE LIABILITY (Ea accident) $ BODILY INJURY (Per person) $ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS AUTOSNON-OWNED PROPERTY DAMAGE $HIRED AUTOS (PER ACCIDENT)AUTOS $ UMBRELLA LIAB EACH OCCURRENCE $OCCUR EXCESS LIAB CLAIMS-MADE AGGREGATE $ $DED RETENTION $ WC STATU- OTH-WORKERS COMPENSATION TORY LIMITS ERAND EMPLOYERS' LIABILITY Y / NANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $N / AOFFICER/MEMBER EXCLUDED? (Mandatory in NH)E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2010/05) BEBEE-1 OP ID: TLH 10/27/2016 Allen BordenBorden Insurance P. O. Box 1066 Corpus Christi, TX 78403-1066 Allen Borden, CIC, CPCU 361-693-1752 361-654-2008 aborden@bordenins.com Continental Casualty Co. Texas Mutual Insurance Co.B E Beecroft Co., Inc P. O. Box 2643 Corpus Christi, TX 78403 1,000,000 AX C2088426254 12/31/2015 12/31/2016 100,000 X 5,000 1,000,000 2,000,000 2,000,000 X 1,000,000 AX C2088426206 12/31/2015 12/31/2016 XX 5,000,000 A C2088426156 12/31/2015 12/31/2016 5,000,000 X 10,000 X B TSF0001096828 04/01/2016 04/01/2017 1,000,000 1,000,000 1,000,000 A Leased/Rented C2088426254 12/31/2015 12/31/2016 Max/Item 75,000 Equipment Max/Occ 75,000 RE: Airport Operations Area Perimeter Fencing Project No. E15221 CITY-02 City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 PAGENOTEPADINSURED'S NAME Date BEBEE-1 2 B E Beecroft Co., Inc OP ID: TLH 10/27/2016 The General Liability and Automobile Liability policies include an Additional Insured endorsement that provides additional insured status to the Certificate Holder when there is a written contract with the insured for said project and the contract requires such status. The General Liability, Automobile Liability and Workers' Compensation policies include a Waiver of Subrogation endorsement applicable to the Certificate Holder when there is a written contract with the insured for said project and the contract requires such status. The General Liability is on a Primary/Non-Contributory basis. The Workers' Compensation policy includes the USL&H endorsement. The General Liability, Automobile Liability and Workers' Compensation policies include a 30 Day Notice of Cancellation endorsement. Umbrella is Follow Form of underlying policies. PROFESSIONAL LIABILITY/POLLUTION INCIDENT LIABILITY: $3,000,000 Each Claim/$1,000,000 Aggregate $3,000,000 Per Design Defect Circumstance/$3,000,000 Aggregate Company A - Continental Casualty Company Effective Date: 05/05/16 to 05/05/17 Policy Number: 6012747613 PAGEHOLDER CODE NOTEPAD:INSURED'S NAME Date CITY-02 BEBEE-1 3 B E Beecroft Co., Inc OP ID: TLH 10/27/2016 Owner's Protective Liability - OCP: Policy No. 6045409786 Eff. 10-24-2016/2017 Limits: $1,000,000 Each Occurrence/$2,000,000 Aggregate Project: CCIA Area Operations Perimeter Fencing Named Insured: City of Corpus Christi - Engineering Services CNA PARAMOUNT New Business 10/24/2016EffectiveDate: Insured Name: CITY OF CORPUS CHRISTI-ENGINEERING SERVICES P.O.Box 2643 Corpus Christi,TX 78403 6045409786 10/24/2016 10/24/2017PolicyNumber:Policy Period:– Producer's Information: BORDEN INSURANCE 045702ProducerCode: 210 SOUTH CARANCAHUA PO BOX 1066 (78403) CORPUS CHRISTI,TX 78401 (361)882-6543 360CNABranchNumber: CNA Branch Name and Address: HOUSTON BRANCH 5151 SAN FELIPE,#1800 HOUSTON,TX 77056 (713)513-6200 Thank you for choosing CNA! liabilityWithyourCNAParamount policy,you have insurance coverage tailored to meet the needs of your modern business.The international network of insurance professionals and the financial strength of CNA,rated “A”by A.M.Best, provide the resources to help you manage the daily risks of your organization so that you may focus on what’s most important to you. Claim Services —There When You Need Us Claims are reported through a single point of entry available 24/7,connecting you to the individuals and information to help you resume your business when you need it most. To report a claim,please call (877)CNA-ASAP,fax (800)953-7389,email lossreport@cnaasap.com,or visit www.cna.com/claim. Risk Control Services —Help Avoid A Claim Before It Occurs As a CNA policyholder,you have access to certified risk control professionals,risk mitigation programs and online resources to help identify and manage exposures that may disrupt your operation.We collaborate with business leaders to develop customized programs to assist you in safeguarding your assets and improving the bottom line. To learn how our award-winning Risk Control services can help your business,please call (866)262-0540,email us at riskcontrolwebinfo@cna.com or visit www.cna.com/riskcontrol. we can showWhenitcomestoprovidingthecoverage,service and resources paramount to your business success … you more. INSURED Copyright CNA All Rights Reserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 0 9 1 CNA PARAMOUNT Policy Holder Notice –Countrywide IMPORTANT INFORMATION NOTICE –OFFER OF TERRORISM COVERAGE; CONFIRMATION OF REJECTION OF COVERAGE; FIRE FOLLOWING TERRORISM COVERAGE AND DISCLOSURE OF PREMIUM Solely with respect to the following coverage parts: Owners and Contractors Protective Liability THIS NOTICE DOES NOT FORM A PART OF YOUR POLICY,GRANT ANY COVERAGE OR CHANGE THE TERMS AND CONDITIONS OF ANY COVERAGE UNDER THE POLICY. Named InsuredThe is hereby notified that under the Terrorism Risk Insurance Act,as extended and reauthorized ("Act"), Named Insuredthe has a right to purchase insurance coverage of losses arising out of acts of terrorism,as defined in Section 102(1)of the Act,subject to all applicable policy provisions.The Terrorism Risk Insurance Act established a federal program within the Department of the Treasury,under which the federal government shares,with the insurance industry,the risk of loss from future terrorist attacks. Named InsuredThisNoticeisdesignedtoalertthe to coverage restrictions and to certain terrorism provisions in the policy.If there is any conflict between this Notice and the policy (including its endorsements),the provisions of the policy (including its endorsements)apply. CHANGE IN THE DEFINITION OF A CERTIFIED ACT OF TERRORISM The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an act of terrorism. Originally,the Act provided that to be certified,an act of terrorism must cause losses of at least five million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States.However,the 2007 re-authorization of the Act removed the requirement that the act of terrorism must be committed by or on behalf of a foreign interest,and now certified acts of terrorism may encompass,for example,a terrorist act committed against the United States government by a United States citizen,when the act is determined by the federal government to be "a certified act of terrorism." Named InsuredInaccordancewiththeAct,the Insurer is required to offer the the ability to purchase coverage for losses resulting from an act of terrorism that is certified under the federal program.The other provisions of this policy,including nuclear,war or military action exclusions,will still apply to such an act. DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES CNA62821XX 02-15 Page 1 of 2CopyrightCNAAllRightsReserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 0 9 2 CNA PARAMOUNT Policy Holder Notice –Countrywide The Department of the Treasury will pay a share of terrorism losses insured under the federal program.In 2015,the federal share equals 85%of that portion of the amount of such insured losses that exceeds the applicable insurer retention,and shall decrease by 1 percentage point per calendar year until equal to 80%. LIMITATION ON PAYMENT OF TERRORISM LOSSES If aggregate insured losses attributable to terrorist acts certified under the Terrorism Risk Insurance Act exceed $100 billion in a Calendar year (January 1 through December 31),the Treasury shall not make any payment for any portion of the amount of such losses that exceeds $100 billion. Further,this coverage is subject to a limit on the Insurer's liability pursuant to the federal law where,if aggregate insured losses attributable to terrorist acts certified under the Act exceed $100 billion in a Calendar year (January 1 through December 31)and the Insurer has met its insurer deductible under the Act,the Insurer shall not be liable for the payment of any portion of the amount of such losses that exceeds $100 billion.In such case,insured losses up to that amount are subject to pro rata allocation in accordance with procedures established by the Secretary of the Treasury. CONFIRMATION OF REJECTION OF COVERAGE Named InsuredInaccordancewiththeAct,the Insurer offered the the ability to purchase coverage for losses resulting Named Insuredfromanactofterrorismthatiscertifiedunderthefederalprogram.This Notice confirms that the has chosen to reject the Insurer's offer of coverage for certified acts of terrorism to the extent possible.Consequently,if permitted by state law,a terrorism exclusion endorsement is attached to the policy. NamedCertainstatesmaynotallowcoverageforcertifiedactsofterrorismtoberejected.If state law prohibits the Insured from rejecting certain coverage for certified acts of terrorism,the premium for such coverage is shown separately on the Declarations. Solely with respect to Property and Inland Marine coverages,by statute,for risks/locations in the states of:(i)CA,GA,HI, IA,IL,MA,ME,MO,NC,NJ,NY,OR,RI,WA,WI,and WV for Property,and (ii)CA;ME;MO;OR;and WI for Inland Marine,coverage is required to be provided for fire damage that results or follows from any cause of loss,even those that are otherwise excluded.As a result,if this policy provides Property or Inland Marine coverage and excludes terrorism,the Insurer nevertheless is statutorily required,with respect to such coverages,to insure against fire damage that might result from otherwise excluded acts of terrorism in the referenced states. CNA62821XX 02-15 Page 2 of 2CopyrightCNAAllRightsReserved. CNA PARAMOUNT Policy Holder Notice –Texas IMPORTANT INFORMATION TO OBTAIN INFORMATION OR MAKE A COMPLAINT,YOU MAY CALL: CNA'S TOLL-FREE TELEPHONE NUMBER AT 1-800-262-3370 You may also write to CNA at: CNA 333 S.Wabash Avenue Chicago,Illinois 60604 YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES,COVERAGES,RIGHTS OR COMPLAINTS AT: 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE: PO BOX 149104 AUSTIN TX 78714-9104 FAX (512)490-1007 WEB:http://www.tdi.texas.gov E-MAIL:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim,you should contact your agent or the company first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. CNA62856TX 07-15 Page 1 of 1CopyrightCNAAllRightsReserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 0 9 3 CNA PARAMOUNT Policy Holder Notice -Texas POLICY LIMITATION DISCLOSURE NOTICE EXCLUSION –SILICA This Disclosure Notice is not your policy.READ YOUR POLICY CAREFULLY to determine rights,duties,and what is and is not covered.Only the provisions of your policy determine the extent of your insurance protection. silicaThispolicycontainsanexclusionofcoverageforclaimsarisingoutof. With this endorsement,coverage is excluded for: A.bodily injury arising,in whole or in part,out of the actual,alleged or threatened: 1.respiration;or 2.ingestion; silicaatanytimeof; B.property damage silicaarisinginwholeorinpartoutoftheactual,alleged or threatened presence of ;and C.personal and advertising injury arising,in whole or in part,out of the actual,alleged or threatened: 1.exposure at any time to;or 2.presence at any time of; silica. Silica means the chemical compound silicon dioxide (SiO2)in any form,including dust which contains silicone dioxide. Please read this exclusion carefully. CNA74997TX 01-15 Page 1 of 1CopyrightCNAAllRightsReserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 0 9 4 CNA PARAMOUNT Policy Holder Notice -Texas IMPORTANT INFORMATION TO OUR GENERAL LIABILITY POLICYHOLDERS DOING BUSINESS IN THE STATE OF TEXAS As your general liability insurance carrier,we encourage you to take steps to provide a safe and healthy facility and premises for the general public.While CNA cannot assume this responsibility,we can assist you with the following services: 1.Surveys of your premises to identify actual or potential areas of loss; 2.Recommendations based on said surveys; 3.Evaluation of your liability accident prevention program; 4.Training of supervisory personnel; 5.Consultation on Loss Control technical problems and/or questions; 6.Analysis of previous accidents; 7.Industrial Hygiene services; 8.Accident prevention materials including safety bulletins,posters and training aids. The above services are available to our policyholders at no additional charge and shall be provided upon request directly to the policyholder.We have professional resources available to assist you or can provide support material for your continuing accident prevention efforts.If you would like more information on our commercial vehicle safety and management programs,please call or write CNA Insurance Companies Attn:Loss Control Plaza of the Americas 600 N.Pearl Street Dallas,Texas 75201 (214)220-1300 Again,if you have any questions or would like to discuss these services,please give us a call at the phone number listed above. CNA74999TX 01-15 Page 1 of 1CopyrightCNAAllRightsReserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 0 9 5 CNA PARAMOUNT Policy Holder Notice –Countrywide – Premium Basis Used on Liability Schedules Premium Basis Used on Liability Schedules This policy includes one or more Liability coverages with associated Schedules of locations,coverages or classifications. When such Schedules display an Exposure amount used to calculate premium,the Exposure amount is often followed by an abbreviation that denotes what the Exposure amount represents (Payroll,Gross Sales,Area,etc.).Such abbreviations are described below. A =Area (Per 1,000 Sq.ft.)GL =Gallons (Per 1,000 Gallons) AC =Acres (Each)GS =Grandstands/Bleacher (Each) AD =Activity Days (Each)H =Number of Golf Holes (Each) AN =Animals (Each)HO =Hoists (Each) AP =Airports (Each)HQ =Headquarters (Each) AT =Attendants (Each)K =Kennels (Each) AU =Audited Premium (Last Year of L =Limit (Limit of Insurance for Coverage) Manufacture -%)LD =Locations Days (Each) B =Bodies (Each)LE =Lessees (Each) BA =Bales (Per 1,000 Bales)LO =Locations (Each) BD =Beds (Each)LR =Lakes/Reservoirs (Each) BE =Beaches (Each)LW =Lawyers (Each) BO =Boats (Each)M =Admissions (Per 1,000 Admissions) C =Total Cost (Per $1,000 of Total Cost)ME =Members (Each) CD =Camper Days (Each Camper Day)MH =Model Homes (Each) CN =Contestants (Each)MI =Miles (Each) CU =Convention Days (Each)NB =Newsboys (Each) CW =Cost of Work (Per $1,000 of O =Operators (Each)Total Cost of Work) OE =Operating Expenditures (Per $1,000 ofDB=Drawbridges (Each)Operating Expenditures) DM =Dams (Each)P =Payroll (Per $1,000 of Payroll) DW =Dwellings (Each)PD =Passenger Days (Per 1,000 Passenger E =Each (Per Entity Described)Days) EM =Employees (Each)PG =Picnic Grounds (Each) ES =Solar Energy Systems (Each)PP =Parks/Playgrounds (Each) ET =Turbines (Each)PR =Parades (Each) EX =Exhibitions (Each)PS =Persons (Each) F =Flat Charge (Flat Premium Charge)PU =Pupils (Each) FG =Fairgrounds (Each)R =Receipts (Per $1,000 of Receipts) FM =Faculty Members (Each)RG =Registrants (Each) FP =Fishing Piers (Each)RN =Range (Each) G =Graduates (Each)RV =Revenue (Per $1,000 of Revenue) GA =Games (Each) CNA75144XX 04-15 Page 1 of 2CopyrightCNAAllRightsReserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 0 9 6 CNA PARAMOUNT Policy Holder Notice –Countrywide – Premium Basis Used on Liability Schedules S =Gross Sales (Per $1,000 of SP =Swimming Pools (Each) Gross Sales)ST =Stations (Each) SA =Classification (Total Class Specific SU =Sub 334 Premium (Premises &OperationsPremium-%)Premium -%) SB =Sub 336 Premium (Products &Completed TE =Teams (Each)Operations Premium -%) TO =Towers (Each)SC =Scouts (Each) U =Unit (Per Dwelling Unit)SD =Students (Each) VE =Vehicles (Per 1,000 Vehicles)SE =Seats (Each) VO =Volunteers (Each)SG =Total GL Premium (General Liability Premium -%)WC =WC Premium (Per 1,000 of Workers’ Compensation Premium)SH =Shows (Each) Z =Zoos (Each)SL =334/336 Premium (Premises &Operations and Products &Completed Operations Premium -%) CNA75144XX 04-15 Page 2 of 2CopyrightCNAAllRightsReserved. CNA PARAMOUNT Schedule of Forms and Endorsements 6045409786PolicyNumber: CNA PARAMOUNTI. Policyholder NoticesA. Endm't Form Title Form Number Form Number Edition CNA62821XX 02-15PolicyHolderNotice-Countrywide CNA62856TX 07-15PolicyHolderNotice-Texas CNA74997TX 01-15PolicyHolderNotice-Texas CNA74999TX 01-15PolicyHolderNotice-Texas CNA75144XX 04-15PolicyHolderNotice-Countrywide -Premium Basis Used on Liability Schedules Policy Terms &ConditionsB. CNA62640XX 09-12ScheduleofFormsandEndorsements POLICY COVERAGE PARTSII. Owners and Contractors Protective LiabilityA. CNA74706XX 01-15OwnersandContractorsProtectiveLiability Coverage Coverage for Operations of Designated Contractor Policy Declarations CNA75127XX 01-15AdditionalDeclarations-Owners and Contractors Protective Classification and Premium Schedule CG0009 04-13OwnersAndContractorsProtectiveLiability Coverage Form Coverage For Operations Of Designated Contractor 1 CNA74943XX 01-15BridgeEndorsement 2 CNA82021XX 04-15TradeAndEconomicSanctionsEndorsement 3 CNA74672XX 01-15Fungi/Mold /Mildew /Yeast /Microbe Exclusion Endorsement 4 CNA74675XX 01-15SilicaExclusionEndorsement 5 CNA74952XX 01-15Employment-Related Practices Exclusion Endorsement CNA62640XX 09-12 1 2Pageof Copyright CNA All Rights Reserved. CNA PARAMOUNT Schedule of Forms and Endorsements 6045409786PolicyNumber: Endm't Form Title Form Number Form Number Edition 6 CNA75092XX 01-15Exclusion-Access or Disclosure of Confidential or Personal Information and Data-Related Liability -with Limited Bodily Injury Exception Endorsement POLICY ENDORSEMENTSIII. 7 CNA62814TX 09-12Cancellation/Non-Renewal -Texas 8 CNA74726XX 01-15CalculationofPremiumEndorsement 9 CNA74904TX 01-15DutiesEndorsement-Texas 10 CNA74719XX 01-15AsbestosExclusionEndorsement 11 CNA74727XX 01-15NuclearEnergyLiabilityExclusionEndorsement (Broad Form) 12 CNA74926XX 02-15ExclusionofCertifiedActsofTerrorism Endorsement CNA62640XX 09-12 2 2Pageof Copyright CNA All Rights Reserved. CNA PARAMOUNT Construction Owners and Contractors Protective Liability Coverage Coverage for Operations of Designated Contractor Policy Declarations Master Builder Advantage Program 6045409786PolicyNumber: Renewal of: Policy CONTINENTAL CASUALTY COMPANYName: Issued by:Address:333 S.WABASH CHICAGO,IL.60604 045702ProducerCode: BORDEN INSURANCEName: Producer's 210 SOUTH CARANCAHUAAddress: Information:PO BOX 1066 (78403) CORPUS CHRISTI,TX 78401 1.Named Name:CITY OF CORPUS CHRISTI-ENGINEERING SERVICES Insured and mailing address: Address:P.O.Box 2643 Corpus Christi,TX 78403 2.Type of CorporationOrganization: B.E.BEECROFT CO.,INC.3.Designated Name: P.O.Box 2643Address:Contractor: Corpus Christi,TX 78403 4.Policy Period:Effective date At 12:01 A.M.Standard Time at yourtofrom: mailing address shown above10/24/2016 10/24/2017 CNA74706XX 01-15 1 2Pageof Copyright CNA All Rights Reserved. CNA PARAMOUNT Construction Owners and Contractors Protective Liability Coverage Coverage for Operations of Designated Contractor Policy Declarations Master Builder Advantage Program 5.Limits of Insurance, Each Occurrence Limit $1,000,000Deductibles: Aggregate Limit $2,000,000 6.Premium, Surcharges Taxes and Fees at Issuance: Total Premium for this Coverage Part $3,081.00 $3,081.00TotalPremium,Surcharges Taxes and Fees for this Coverage Part 7.Location of See Additional Declarations -Owners and Contractors Protective Classification and PremiumCoveredSchedule,CNA75127Operations: 8.Description of See Additional Declarations -Owners and Contractors Protective Classification and PremiumCoveredSchedule,CNA75127Operations: 9.Forms and Endorsements See Schedule of Forms and EndorsementsAttachedtothis Policy at Issuance: Not Auditable10.Audit Period: These Declarations,along with any attached forms and endorsements shall constitute the contract between the and the Insurer.Insureds CNA74706XX 01-15 2 2Pageof Copyright CNA All Rights Reserved. CNA PARAMOUNT Additional Declarations -Owners and Contractors Protective Classification and Premium Schedule 6045409786PolicyNumber: Location Level Location Number Location of Covered Operations: 1000 INTERNATIONAL DR1 CORPUS CHRISTI,TX 78406 Description of Covered Operations: PROJECT #15221 :CCIA AIRPORT OPERATIONS AREA PERIMETER FENCING PROJECT Premium EstimatedCoverage/Hazard Description Exposure RateBasis Premium 16291ClassCode Construction Operations -contractor (not railroads)-excluding operations on board ships Owners and Contractors Protective (C).615 $3,0815,010,000 $3,081LocationSub-Total CNA75127XX 01-15 1 1Pageof Copyright CNA All Rights Reserved. CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor Various provisions of this policy restrict coverage.Read the entire policy carefully to determine rights,duties and what is and is not covered. Named InsuredThroughoutthispolicythewords"you"and "your"refer to the shown in the Declarations.The words "we", "us"and "our"refer to the company providing this insurance. Insured II –Who Is An InsuredThewordmeansanypersonororganizationqualifyingassuchunderSection. V –DefinitionsOtherwordsandphrasesthatappearinboldhavespecialmeaning.Refer to Section . SECTION I –COVERAGES BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1.Insuring Agreement a.Insured damages bodily injuryWewillpaythosesumsthatthebecomeslegallyobligatedtopayasbecauseof property damage Insuredortowhichthisinsuranceapplies.We will have the right and duty to defend the suit damages Insured suitagainstanyseekingthose.However,we will have no duty to defend the against any damages bodily injury property damageseekingforor to which this insurance does not apply.We may,at our occurrence suitdiscretion,investigate any and settle any claim or that may result.But: (1)damages III –Limits Of InsuranceTheamountwewillpayforislimitedasdescribedinSection;and (2)Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments. b.bodily injury property damageThisinsuranceappliestoand only if: (1)bodily injury property damage occurrenceTheoriscausedbyan and arises out of: (a)contractorOperationsperformedforyoubythe at the location specified in the Declarations;or (b)Your acts or omissions in connection with the general supervision of such operations; (2)bodily injury property damage policy periodTheoroccursduringthe;and (3)policy period Insured 1.II –Who Is An InsuredPriortothe,no listed under Paragraph of Section and no employee occurrence bodily injuryauthorizedbyyoutogiveorreceivenoticeofanorclaim,knew that the property damage Insured employeeorhadoccurred,in whole or in part.If such a listed or authorized knew, policy period bodily injury property damagepriortothe,that the or occurred,then any continuation, bodily injury property damage policy periodchangeorresumptionofsuchorduringorafterthe will be policy perioddeemedtohavebeenknownpriortothe. c.Bodily injury property damage policy period policyorwhichoccursduringtheandwasnot,prior to the period Insured 1.II –Who Is An Insured,known to have occurred by any listed under Paragraph of Section or employee occurrenceanyauthorizedbyyoutogiveorreceivenoticeofan or claim,includes any continuation, bodily injury property damage policy periodchangeorresumptionofthatoraftertheendofthe. d.Bodily injury property damageor will be deemed to have been known to have occurred at the earliest time Insured 1.II –Who Is An Insured employeewhenanylistedunderParagraphofSectionorany authorized by occurrenceyoutogiveorreceivenoticeofan or claim: (1)bodily injury property damageReportsall,or any part,of the or to us or any other insurer; (2)damages bodily injury propertyReceivesawrittenorverbaldemandorclaimforbecauseoftheor damage;or CG0009 04-13 Page 1 of 12 Copyright Insurance Services Office,Inc.,2012 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 0 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor (3)bodily injury property damageBecomesawarebyanyothermeansthator has occurred or has begun to occur. e.Damages bodily injury damagesbecauseofinclude claimed by any person or organization for care,loss of bodily injuryservicesordeathresultingatanytimefromthe. 2.Exclusions This insurance does not apply to: a.Expected Or Intended Injury Bodily injury property damage Insuredorexpectedorintendedfromthestandpointofthe.This exclusion does bodily injurynotapplyto resulting from the use of reasonable force to protect persons or property. b.Contractual Liability Bodily injury property damage Insured damagesorforwhichtheisobligatedtopay by reason of the damagesassumptionofliabilityinacontractoragreement.This exclusion does not apply to liability for : (1)InsuredThatthe would have in the absence of the contract or agreement;or (2)Insured contract bodily injury propertyAssumedinacontractoragreementthatisan,provided the or damage occurs subsequent to the execution of the contract or agreement.Solely for the purposes of liability Insured contractassumedinan,reasonable attorneys'fees and necessary litigation expenses incurred by or Insured damages bodily injury property damageforapartyotherthananaredeemedtobebecauseofor, provided: (a)Liability to such party for,or for the cost of,that party's defense has also been assumed in the same Insured contract;and (b)Such attorneys'fees and litigation expenses are for defense of that party against a civil or alternative damagesdisputeresolutionproceedinginwhich to which this insurance applies are alleged. c.Work Completed Or Put To Intended Use Bodily injury property damageor which occurs after the earlier of the following times: (1)workWhenall on the project (other than service,maintenance or repairs)to be performed for you by the contractor at the site of the covered operations has been completed;or (2)contractor's workWhenthatportionofthe,out of which the injury or damage arises,has been put to its intended use by any person or organization,other than another contractor or subcontractor working directly or contractorindirectlyforthe or as part of the same project. d.Acts Or Omissions By You And Your Employees Bodily injury property damage employeesorarisingoutofyour,or your ,acts or omissions other than general work contractorsupervisionofperformedforyoubythe. e.Workers'Compensation And Similar Laws InsuredAnyobligationofthe under a workers'compensation,disability benefits or unemployment compensation law or any similar law. f.Employer's Liability Bodily injury to: (1)employee InsuredAnofthe arising out of and in the course of: (a)InsuredEmploymentbythe;or CG0009 04-13 Page 2 of 12 Copyright Insurance Services Office,Inc.,2012 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor (b)Insured'sPerformingdutiesrelatedtotheconductofthe business;or (2)spouse employee (1)The ,child,parent,brother or sister of that as a consequence of Paragraph above. InsuredThisexclusionapplieswhetherthe may be liable as an employer or in any other capacity and to any damages damagesobligationtosharewithorrepaysomeoneelsewhomustpay because of the injury. Insured Insured contractThisexclusiondoesnotapplytoliabilityassumedbytheunderan. g.Damage To Property Property damage to: (1)Property you own,rent,or occupy,including any costs or expenses incurred by you,or any other person, organization or entity,for repair,replacement,enhancement,restoration or maintenance of such property for any reason,including prevention of injury to a person or damage to another's property; (2)Property loaned to you; (3)InsuredPersonalpropertyinthecare,custody or control of the ;or (4)Work contractorperformedforyoubythe. h.War Bodily injury property damageor,however caused,arising,directly or indirectly,out of: (1)War,including undeclared or civil war; (2)Warlike action by a military force,including action in hindering or defending against an actual or expected attack,by any government,sovereign or other authority using military personnel or other agents;or (3)Insurrection,rebellion,revolution,usurped power,or action taken by governmental authority in hindering or defending against any of these. i.Mobile Equipment Bodily injury property damage mobile equipmentorarisingoutoftheuseof in,or while in practice for,or while being prepared for,any prearranged racing,speed,demolition,or stunting activity. j.Pollution (1)Bodily injury property damageor arising out of the actual,alleged or threatened discharge,dispersal, pollutantsseepage,migration,release or escape of : (a)At or from any premises,site or location which is or was at any time owned or occupied by,or rented or Insuredloanedto,any .However,this subparagraph does not apply to: (i)Bodily injury if sustained within a building and caused by smoke,fumes,vapor or soot produced by or originating from equipment that is used to heat,cool or dehumidify the building,or equipment that is used to heat water for personal use,by the building's occupants or their guests; (ii)Bodily injury property damage hostile fireorarisingoutofheat,smoke or fumes from a ; (b)InsuredAtorfromanypremises,site or location which is or was at any time used by or for any or others for the handling,storage,disposal,processing or treatment of waste; (c)Which are or were at any time transported,handled,stored,treated,disposed of,or processed as waste by or for: (i)InsuredAny;or (ii)Any person or organization for whom you may be legally responsible;or CG0009 04-13 Page 3 of 12 Copyright Insurance Services Office,Inc.,2012 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 1 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor (d)InsuredAtorfromanypremises,site or location on which any or any contractors or subcontractors Insured's pollutantsworkingdirectlyorindirectlyonanybehalfareperformingoperationsifthe are Insuredbroughtonortothepremises,site or location in connection with such operations by such , contractor or subcontractor.However,this subparagraph does not apply to: (i)Bodily injury property damageor arising out of the escape of fuels,lubricants or other operating fluids which are needed to perform the normal electrical,hydraulic or mechanical functions mobile equipmentnecessaryfortheoperationof or its parts,if such fuels,lubricants or other operating fluids escape from a vehicle part designed to hold,store or receive them.This exception bodily injury property damagedoesnotapplyiftheor arises out of the intentional discharge, dispersal or release of the fuels,lubricants or other operating fluids,or if such fuels,lubricants or other operating fluids are brought on or to the premises,site or location with the intent that they be Insureddischarged,dispersed or released as part of the operations being performed by such , contractor or subcontractor; (ii)Bodily injury property damageor sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being Insuredperformedbyoronbehalfofany;or (iii)Bodily injury property damage hostile fireorarisingoutofheat,smoke or fumes from a . (e)InsuredAtorfromanypremises,site or location on which any or any contractors or subcontractors Insured'sworkingdirectlyorindirectlyonany behalf are performing operations if the operations are to test for,monitor,clean up,remove,contain,treat,detoxify or neutralize,or in any way respond to,or pollutantsassesstheeffectsof. (2)Any loss,cost or expense arising out of any: (a)InsuredRequest,demand,order or statutory or regulatory requirement that any or others test for, monitor,clean up,remove,contain,treat,detoxify or neutralize,or in any way respond to,or assess the pollutantseffectsof;or (b)damagesClaimorsuitbyoronbehalfofagovernmentalauthorityfor because of testing for,monitoring, cleaning up,removing,containing,treating,detoxifying or neutralizing,or in any way responding to,or pollutantsassessingtheeffectsof. damages property damageHowever,this paragraph does not apply to liability for because of that the Insured would have in the absence of such request,demand,order or statutory or regulatory requirement,or suitsuchclaimor by or on behalf of a governmental authority. k.Damage To Impaired Property Or Property Not Physically Injured Property damage impaired propertyto or property that has not been physically injured,arising out of: (1)work contractorAdefect,deficiency,inadequacy or dangerous condition in performed for you by the ;or (2)A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical work contractorinjurytoperformedforyoubythe. l.Electronic Data Damages arising out of the loss of,loss of use of,damage to,corruption of,inability to access,or inability to manipulate electronic data. damages bodily injuryHowever,this exclusion does not apply to liability for because of . CG0009 04-13 Page 4 of 12 Copyright Insurance Services Office,Inc.,2012 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor As used in this exclusion,electronic data means information,facts or programs stored as or on,created or used on,or transmitted to or from computer software,including systems and applications software,hard or floppy disks, CD-ROMs,tapes,drives,cells,data processing devices or any other media which are used with electronically controlled equipment. SUPPLEMENTARY PAYMENTS 1.suit InsuredWewillpay,with respect to any claim we investigate or settle,or any against an we defend: a.All expenses we incur. b.Up to $250 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which this insurance applies.We do not have to furnish these bonds. c.The cost of bonds to release attachments,but only for bond amounts within the applicable limit of insurance.We do not have to furnish these bonds. d.InsuredAllreasonableexpensesincurredbythe at our request to assist us in the investigation or defense of the suitclaimor,including actual loss of earnings up to $250 a day because of time off from work. e.Insured suitAllcourtcoststaxedagainsttheinthe.However,these payments do not include attorneys'fees or Insuredattorneys'expenses taxed against the . f.InsuredPrejudgmentinterestawardedagainstthe on that part of the judgment we pay.If we make an offer to pay the applicable limit of insurance,we will not pay any prejudgment interest based on that period of time after the offer. g.All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay,or deposited in court the part of the judgment that is within the applicable limit of insurance. h.Insured bodily injuryExpensesincurredbytheforfirstaidadministeredtoothersatthetimeofanaccidentfor to which this insurance applies. These payments will not reduce the limits of insurance. 2.Insured suit Insured suitIfwedefendanagainstaandanindemniteeoftheisalsonamedasapartytothe,we will defend that indemnitee if all of the following conditions are met: a.suit damages InsuredTheagainsttheindemniteeseeksforwhichthe has assumed the liability of the Insured contractindemniteeinacontractoragreementthatisan; b.InsuredThisinsuranceappliestosuchliabilityassumedbythe; c.InsuredTheobligationtodefend,or the cost of the defense of,that indemnitee,has also been assumed by the in Insured contractthesame; d.suit occurrenceTheallegationsintheandtheinformationweknowaboutthe are such that no conflict appears Insuredtoexistbetweentheinterestsofthe and the interests of the indemnitee; e.Insured suitTheindemniteeandtheaskustoconductandcontrolthedefenseofthatindemniteeagainstsuch Insuredandagreethatwecanassignthesamecounseltodefendthe and the indemnitee;and f.The indemnitee: (1)Agrees in writing to: (a)suitCooperatewithusintheinvestigation,settlement or defense of the ; (b)Immediately send us copies of any demands,notices,summonses or legal papers received in connection suitwiththe; (c)Notify any other insurer whose coverage is available to the indemnitee;and CG0009 04-13 Page 5 of 12 Copyright Insurance Services Office,Inc.,2012 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 2 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor (d)Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2)Provides us with written authorization to: (a)suitObtainrecordsandotherinformationrelatedtothe;and (b)suitConductandcontrolthedefenseoftheindemniteeinsuch. So long as the above conditions are met,attorneys'fees incurred by us in the defense of that indemnitee,necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be 2.b.(2)I –Coverages –paid as Supplementary Payments.Notwithstanding the provisions of Paragraph of Section Bodily Injury And Property Damage Liability damages bodily injury,such payments will not be deemed to be for property damageand and will not reduce the limits of insurance. Insured'sOurobligationtodefendan indemnitee and to pay for attorneys'fees and necessary litigation expenses as Supplementary Payments ends when we have used up the applicable limit of insurance in the payment of judgments f.or settlements or the conditions set forth above,or the terms of the agreement described in Paragraph above,are no longer met. SECTION II –WHO IS AN INSURED 1.If you are designated in the Declarations as: a.spouse InsuredsAnindividual,you and your are . b.Insured spousesApartnershiporjointventure,you are an .Your members,your partners,and their are also Insureds,but only with respect to their duties as partners or members of a joint venture. c.Insured InsuredsAlimitedliabilitycompany,you are an .Your members are also ,but only with respect to their Insuredsdutiesasmembersofalimitedliabilitycompany.Your managers are ,but only with respect to their duties as your managers. d.InsuredAnorganizationotherthanapartnership,joint venture or limited liability company,you are an .Your executive officers Insuredsanddirectorsare,but only with respect to their duties as your officers or directors. InsuredsYourstockholdersarealso,but only with respect to their liability as stockholders. 2.InsuredEachofthefollowingisalsoan: a.employeeAnyperson(other than your )or any organization while acting as your real estate manager. b.Any person or organization having proper temporary custody of your property if you die,but only: (1)With respect to liability arising out of the maintenance or use of that property;and (2)Until your legal representative has been appointed. c.Your legal representative if you die,but only with respect to duties as such.That representative will have all your Coverage Partrightsanddutiesunderthis. InsuredNopersonororganizationisan with respect to the conduct of any current or past partnership,joint venture or Named Insuredlimitedliabilitycompanythatisnotshownasa in the Declarations. SECTION III –LIMITS OF INSURANCE 1.The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a.Insureds; b.suitsClaimsmadeor brought;or CG0009 04-13 Page 6 of 12 Copyright Insurance Services Office,Inc.,2012 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor c.suitsPersonsororganizationsmakingclaimsorbringing. 2.damages bodily injury propertyTheAggregateLimitisthemostwewillpayforthesumofbecauseofalland damage. 3.2.damagesSubjecttoParagraphabove,the Each Occurrence Limit is the most we will pay for the sum of because of bodily injury property damage occurrenceallandarisingoutofanyone. If you designate more than one project in the Declarations,the Aggregate Limit shall apply separately to each project. Coverage PartTheLimitsofInsuranceofthis apply separately to each consecutive annual period and to any remaining policy periodperiodoflessthan12months,starting with the beginning of the shown in the Declarations,unless the policy period is extended after issuance for an additional period of less than 12 months.In that case,the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV –CONDITIONS 1.Bankruptcy Insured Insured'sBankruptcyorinsolvencyoftheorofthe estate will not relieve us of our obligations under this Coverage Part. 2.Cancellation a.First Named InsuredThe shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b.First Named Insured contractorWemaycancelthispolicybymailingordeliveringtotheandthe written notice of cancellation at least: (1)10 days before the effective date of cancellation if we cancel for nonpayment of premium;or (2)30 days before the effective date of cancellation if we cancel for any other reason. c.First Named Insured's contractor'sWewillmailordeliverournoticestotheandthe last mailing address known to us. d.policy periodNoticeofcancellationwillstatetheeffectivedateofcancellation.The will end on that date. e.contractorIfthispolicyiscancelled,we will send the any premium refund due.If we cancel,the refund will be pro First Named Insuredrata.If the cancels,the refund may be less than pro rata.The cancellation will be effective even if we have not made or offered a refund. f.If notice is mailed,proof of mailing will be sufficient proof of notice. 3.Changes contractorThispolicycontainsalltheagreementsbetweenyou,the and us concerning the insurance afforded.The First Named Insured contractorshownintheDeclarationsandthe are authorized to make changes in the terms of this policy with our consent.This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. 4.Duties In The Event Of Occurrence,Claim Or Suit a.occurrenceYoumustseetoitthatwearenotifiedassoonaspracticableofan which may result in a claim.To the extent possible,notice should include: (1)occurrenceHow,when and where the took place; (2)The names and addresses of any injured persons and witnesses;and (3)occurrenceThenatureandlocationofanyinjuryordamagearisingoutofthe. CG0009 04-13 Page 7 of 12 Copyright Insurance Services Office,Inc.,2012 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 3 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor b.suit InsuredIfaclaimismadeorisbroughtagainstany,you must: (1)suitImmediatelyrecordthespecificsoftheclaimor and the date received;and (2)Notify us as soon as practicable. suitYoumustseetoitthatwereceivewrittennoticeoftheclaimor as soon as practicable. c.InsuredYouandanyotherinvolved must: (1)Immediately send us copies of any demands,notices,summonses or legal papers received in connection suitwiththeclaimor; (2)Authorize us to obtain records and other information; (3)suitCooperatewithusintheinvestigationorsettlementoftheclaimordefenseagainstthe;and (4)Assist us,upon our request,in the enforcement of any right against any person or organization which may be Insuredliabletothe because of injury or damage to which this insurance may also apply. d.Insured Insured'sNowill,except at that own cost,voluntarily make a payment,assume any obligation,or incur any expense,other than for first aid,without our consent. 5.Examination Of Your Books And Records contractor'sWemayexamineandaudityourbooksandrecordsaswellasthe books and records as they relate to policy periodthispolicyatanytimeduringthe and up to three years afterward. 6.Inspections And Surveys a.We have the right to: (1)Make inspections and surveys at any time; (2)Give you reports on the conditions we find;and (3)Recommend changes. b.We are not obligated to make any inspections,surveys,reports or recommendations and any such actions we do undertake relate only to insurability and the premiums to be charged.We do not make safety inspections.We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public.And we do not warrant that conditions: (1)Are safe or healthful;or (2)Comply with laws,regulations,codes or standards. c.a.b.Paragraphs and of this condition apply not only to us,but also to any rating,advisory,rate service or similar organization which makes insurance inspections,surveys,reports or recommendations. d.b.Paragraph of this condition does not apply to any inspections,surveys,reports or recommendations we may make relative to certification,under state or municipal statutes,ordinances or regulations,of boilers,pressure vessels or elevators. 7.Legal Action Against Us Coverage PartNopersonororganizationhasarightunderthis: a.suit damages InsuredTojoinusasapartyorotherwisebringusintoaaskingforfroman;or b.Coverage PartTosueusonthis unless all of its terms have been fully complied with. CG0009 04-13 Page 8 of 12 Copyright Insurance Services Office,Inc.,2012 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor InsuredApersonororganizationmaysueustorecoveronanagreedsettlementoronafinaljudgmentagainstan; damages Coverage Partbutwewillnotbeliableforthatarenotpayableunderthetermsofthis or that are in excess of the applicable limit of insurance.An agreed settlement means a settlement and release of liability signed by us,the Insured and the claimant or the claimant's legal representative. 8.Other Insurance Coverage PartTheinsuranceaffordedbythis is primary insurance and we will not seek contribution from any other insurance available to you unless the other insurance is provided by a contractor other than the designated contractor for the same operation and job location designated in the Declarations.Then we will share with that other insurance by the method described below. If all of the other insurance permits contribution by equal shares,we will follow this method also.Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares,we will contribute by limits.Under this method,each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 9.Premiums contractorThe: a.Is responsible for the payment of all premiums;and b.Will be the payee for any return premiums we pay. 10.Premium Audit a.Coverage PartWewillcomputeallpremiumsforthis in accordance with our rules and rates. b.Coverage PartPremiumshowninthis as advance premium is a deposit premium only.At the close of each audit contractorperiodwewillcomputetheearnedpremiumforthatperiodandsendnoticetothe.The due date for audit and retrospective premiums is the date shown as the due date on the bill.If the sum of the advance and policy periodauditpremiumspaidforthe is greater than the earned premium,we will return the excess to the contractor. c.contractorThe must keep records of the information we need for premium computation,and send us copies at such times as we may request. 11.Separation Of Insureds Coverage PartExceptwithrespecttotheLimitsofInsurance,and any rights or duties specifically assigned in this to First Named Insuredthe,this insurance applies: a.Named Insured Named InsuredAsifeachweretheonly;and b.Insured suitSeparatelytoeachagainstwhomclaimismadeor is brought. 12.Transfer Of Rights Of Recovery Against Others To Us Insured Coverage PartIfthehasrightstorecoverallorpartofanypaymentwehavemadeunderthis those rights Insured Insured suitaretransferredtous.The must do nothing after loss to impair them.At our request,the will bring or transfer those rights to us and help us enforce them. 13.When We Do Not Renew Coverage Part First Named InsuredIfwedecidenottorenewthis,we will mail or deliver to the shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed,proof of mailing will be sufficient proof of notice. CG0009 04-13 Page 9 of 12 Copyright Insurance Services Office,Inc.,2012 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 4 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor SECTION V –DEFINITIONS 1.Auto means: a.A land motor vehicle,trailer or semitrailer designed for travel on public roads,including any attached machinery or equipment;or b.Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. auto mobile equipmentHowever,does not include . 2.Bodily injury means bodily injury,sickness or disease sustained by a person,including death resulting from any of these at any time. 3.Contractor means the contractor designated in the Declarations. 4.Employee leased worker Employee temporary workerincludesa.does not include a . 5.Executive officer means a person holding any of the officer positions created by your charter,constitution,bylaws or any other similar governing document. 6.Hostile fire means one which becomes uncontrollable or breaks out from where it was intended to be. 7.Impaired property means tangible property,other than work performed for you,that cannot be used or is less useful because: a.It incorporates work performed for you that is known or thought to be defective,deficient,inadequate or dangerous;or b.You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by the repair,replacement,adjustment or removal of the work performed for you or your fulfilling the terms of the contract or agreement. 8.Insured contract means: a.A lease of premises; b.A sidetrack agreement; c.Any easement or license agreement,except in connection with construction or demolition operations on or within 50 feet of a railroad; d.An obligation,as required by ordinance,to indemnify a municipality,except in connection with work for a municipality;or e.An elevator maintenance agreement. 9.Leased worker means a person leased to you by a labor leasing firm under an agreement between you and the labor Leased worker temporaryleasingfirm,to perform duties related to the conduct of your business.does not include a worker. 10.Mobile equipment means any of the following types of land vehicles,including any attached machinery or equipment: a.Bulldozers,farm machinery,forklifts and other vehicles designed for use principally off public roads; b.Vehicles maintained for use solely on or next to premises you own or rent; c.Vehicles that travel on crawler treads; d.Vehicles,whether self-propelled or not,maintained primarily to provide mobility to permanently mounted: (1)Power cranes,shovels,loaders,diggers or drills;or CG0009 04-13 Page 10 of 12 Copyright Insurance Services Office,Inc.,2012 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor (2)Road construction or resurfacing equipment such as graders,scrapers or rollers; e.a.,b.,c.d.Vehicles not described in Paragraph or above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1)Air compressors,pumps and generators,including spraying,welding,building cleaning,geophysical exploration,lighting and well servicing equipment;or (2)Cherry pickers and similar devices used to raise or lower workers; f.a.,b.,c.d.Vehicles not described in Paragraph or above maintained primarily for purposes other than the transportation of persons or cargo. mobileHowever,self-propelled vehicles with the following types of permanently attached equipment are not equipment autosbutwillbeconsidered: (1)Equipment designed primarily for: (a)Snow removal; (b)Road maintenance,but not construction or resurfacing;or (c)Street cleaning; (2)Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers;and (3)Air compressors,pumps and generators,including spraying,welding,building cleaning,geophysical exploration,lighting and well servicing equipment. mobile equipmentHowever,does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged.Land vehicles autossubjecttoacompulsoryorfinancialresponsibilitylaworothermotorvehicleinsurancelawareconsidered. 11.Occurrence means an accident,including continuous or repeated exposure to substantially the same general harmful conditions. 12.Pollutants mean any solid,liquid,gaseous or thermal irritant or contaminant,including smoke,vapor,soot,fumes, acids,alkalis,chemicals and waste.Waste includes materials to be recycled,reconditioned or reclaimed. 13.Property damage means: a.Physical injury to tangible property,including all resulting loss of use of that property.All such loss of use shall be deemed to occur at the time of the physical injury that caused it;or b.Loss of use of tangible property that is not physically injured.All such loss of use shall be deemed to occur at the occurrencetimeofthe that caused it. For the purposes of this insurance,electronic data is not tangible property. As used in this definition,electronic data means information,facts or programs stored as or on,created or used on,or transmitted to or from,computer software,including systems and applications software,hard or floppy disks,CD- ROMs,tapes,drives,cells,data processing devices or any other media which are used with electronically controlled equipment. 14.Suit means a civil proceeding,brought in the United States of America (including its territories and possessions), damages bodily injury property damagePuertoRicoorCanada,in which because of or to which this insurance Suitappliesarealleged.includes: a.damages InsuredAnarbitrationproceedinginwhichsuchareclaimedandtowhichthe must submit or does submit with our consent;or CG0009 04-13 Page 11 of 12 Copyright Insurance Services Office,Inc.,2012 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 5 CNA PARAMOUNT Owners And Contractors Protective Liability Coverage Form Coverage For Operations Of Designated Contractor b.damages InsuredAnyotheralternativedisputeresolutionproceedinginwhichsuchareclaimedandtowhichthe submits with our consent. 15.Temporary worker employeemeansapersonwhoisfurnishedtoyoutosubstituteforapermanent on leave or to meet seasonal or short-term workload conditions. 16.Work includes materials,parts or equipment furnished in connection with the operations. IN WITNESS WHEREOF,the Insurer has caused this Policy to be signed by its Chairman and Secretary at Chicago, Illinois,but the same shall not be binding upon the Insurer unless countersigned by a duly authorized representative of the Insurer. Chairman Secretary CG0009 04-13 Page 12 of 12 Copyright Insurance Services Office,Inc.,2012 CNA PARAMOUNT Bridge Endorsement This endorsement modifies insurance provided under the following: RAILROAD PROTECTIVE LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY COVERAGE PART It is understood and agreed as follows: I.DEFINITIONSThe section is amended to add the following new definitions: Claim means: A.suita;or B.damagesawrittenororaldemandfor alleging injury to which this insurance applies. Coverage part Schedule of Forms andmeansonlythosecoveragepartsdesignatedasincludedinthe Endorsements. Damages Insuredmeanstheamountan is legally obligated to pay,either through: A.claimfinaladjudicationofacovered;or B.claimthroughcompromiseorsettlementofacovered with the Insurer’s written consent or direction. Defense costs SUPPLEMENTARY PAYMENTSmeansthoseamountssetforthunderthe section of any applicable coverage part. First Named Insured Named Insuredmeansthepersonororganizationfirstlistedasa in the Declarations. Insured Who is an Insuredmeansthosepersonsororganizationsassetforthinthesectionentitled. Named Insured means the persons or organizations named as such in the Declarations and any other person or organization qualifying as a named insured under this policy. Policy period means the period of time from the effective date and time of this Policy to the date and time of termination as shown in the Policy Declarations,or its earlier cancellation date. Spouse means any husband or wife or any person qualifying as a domestic partner under any applicable federal, Named Insured’sstateorlocallawsorunderthe employee benefit plans. II.“suit”claimWherethephraseclaimorappears,it is deleted and replaced with the defined term . III.Any reference to “the Insurer”in any endorsement to this policy refers to the company providing this insurance. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74943XX(1-15)Policy No: 1Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 6 CNA PARAMOUNT Trade and Economic Sanctions Condition Endorsement This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART Named InsuredItisunderstoodandagreedthatthisPolicydoesnotprovidecoverageforany,transactions,or any loss that is uninsurable under the laws or regulations of the United States concerning trade or economic sanctions. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA82021XX(4-15)Policy No: 2Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 7 CNA PARAMOUNT Fungi /Mold /Mildew /Yeast /Microbe Exclusion Endorsement This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the policy is amended as follows: I.COVERAGES Bodily Injury And Property Damage Liability ExclusionsUnder,,the paragraph entitled ,is amended to add the following exclusion: This insurance does not apply to: A.bodily injury arising out of or relating to,in whole or in part,the actual,alleged or threatened inhalation of, fungi microbesingestionof,contact with,exposure to,existence of,or growth or presence of any or on or within a building or structure,or on or within any contents of a building or structure.This exclusion applies regardless of any other cause or event that contributes concurrently or in any sequence to such injury; B.property damage arising out of or relating to the actual,alleged or threatened contact with,exposure to, fungi microbesexistenceof,or growth or presence of any or on or within a building or structure,or on or within any contents of a building or structure;or C.any loss,cost or expense arising out of or relating to the testing for,monitoring,cleaning up,removing, containing,treating,detoxifying,neutralizing,remediating,disposing of,or in any way responding to or assessing fungi microbes Insuredtheeffectsof,or ,by any or by anyone else.This exclusion applies regardless of any other cause or event that contributes concurrently or in any sequence to such loss,cost or expense. However,this exclusion does not apply to: i.fungi microbesanyor that are,are on,or are contained in,a good or product intended for bodily consumption;or ii.microbes that were transmitted directly from person to person. II.As used herein: A.fungi means any form of fungus,including but not limited to yeast,mold,mildew,rust,smut or mushroom,and including any spores,mycotoxins,odors,or any other substances,products,or byproducts produced by,released fungibyorarisingoutofthecurrentorpastpresenceof. B.microbe means any non-fungal microorganism,or non-fungal,colony-form organism,that causes infection or Microbedisease.includes any spores,mycotoxins,odors or any other substances,products or byproducts produced by,released by or arising out of the current or past presence of microbes. III.The following Condition is added: Arbitration property damage fungi microbesFor,the determination of what portion of a loss is attributable to and ,and what Named Insured Namedportionisnot,shall be made by the Insurer.If the disagrees with that determination,the Insured and by the Insurer agree to submit to binding arbitration according to the Commercial Arbitration Rules of the Named InsuredAmericanArbitrationAssociation,or according to such other rules as the and the Insurer agree to.If Named Insuredbindingarbitrationofinsurancedisputesisnotallowedinthestatewherethe is incorporated (or,if Named Insured Named Insuredtheisnotacorporation,the state where the is domiciled),then arbitration shall be Named Insurednon-binding,and shall only proceed if both the and the Insurer agree to enter into it.The arbitration Named Insuredwillbeheldinthecountywherethe is headquartered,or at such other location as may be jointly Named Insuredagreedtobythe and the Insurer.Each party will bear its own arbitration costs. 6045409786CNA74672XX(1-15)Policy No: 3Page1of2EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 8 CNA PARAMOUNT Fungi /Mold /Mildew /Yeast /Microbe Exclusion Endorsement All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74672XX(1-15)Policy No: 3Page2of2EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. CNA PARAMOUNT Silica Exclusion Endorsement This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the policy is amended as follows: I.COVERAGES Bodily Injury And Property Damage Liability ExclusionsUnder,,the paragraph entitled ,is amended to add the following exclusion: This insurance does not apply to: A.bodily injury arising in whole or in part out of the actual,alleged or threatened: 1.respiration;or 2.ingestion; silicaatanytimeof;or B.property damage silicaarisinginwholeorinpartoutoftheactual,alleged or threatened presence of . II.The following definition is added: Silica means the chemical compound silicon dioxide (SiO2)in any form,including dust which contains silicon dioxide. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74675XX(1-15)Policy No: 4Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 0 9 CNA PARAMOUNT Employment-Related Practices Exclusion Endorsement This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART COVERAGES Bodily Injury And Property Damage LiabilityItisunderstoodandagreedthatunder,,the paragraph Exclusionsentitled,is amended to add the following exclusion: •Employment-Related Practices bodily injury to: (1)a person arising out of any: (a)refusal to employ that person; (b)termination of that person's employment;or (c)employment-related practices,policies,acts or omissions,such as coercion,demotion,evaluation, reassignment,discipline,defamation,harassment,humiliation,discrimination or malicious prosecution directed at that person;or (2)spouse bodily injurythe,child,parent,brother or sister of that person as a consequence of to that person at (a),(b)(c)whom any of the employment-related practices described in Paragraphs or above is directed. This exclusion applies: (1)(a),(b)(c)whether the injury-causing event described in Paragraphs or above occurs before employment, during employment or after employment of that person; (2)Insuredwhetherthe may be liable as an employer or in any other capacity;and (3)to any obligation to share damages with or repay someone else who must pay damages because of the injury. However,this exclusion does not apply to physical injury a person sustains during a job interview while attempting to demonstrate a physical capability or skill required by the job. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74952XX(1-15)Policy No: 5Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 0 CNA PARAMOUNT Exclusion -Access or Disclosure of Confidential or Personal Information and Data-Related Liability - with Limited Bodily Injury Exception Endorsement This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART COVERAGES Bodily Injury And Property Damage LiabilityItisunderstoodandagreedthatunder,,the paragraph Exclusions Electronic Dataentitled,the exclusion entitled is deleted in its entirety and replaced with the following: This insurance does not apply to: Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of: (1)any access to or disclosure of any person’s or organization’s confidential or personal information,including patents, trade secrets,processing methods,customer lists,financial information,credit card information,health information or any other type of nonpublic information;or (2)electronic datathelossof,loss of use of,damage to,corruption of,inability to access,or inability to manipulate . The above exclusions apply even if damages are claimed for notification costs,credit monitoring expenses,forensic Named Insuredexpenses,public relation expenses or any other loss,cost or expense incurred by the or others arising (1)(2)out of that which is described in Paragraph or above. (1)damages bodily injuryHowever,unless Paragraph above applies,this exclusion does not apply to because of . electronic dataAsusedherein,means information,facts or programs stored as or on,created or used on,or transmitted to or from computer software,including systems and applications software,hard or floppy disks,CD-ROMs,tapes,drives, cells,data processing devices or any other media which are used with electronically controlled equipment. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA75092XX(1-15)Policy No: 6Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 1 CNA PARAMOUNT Cancellation /Non-Renewal –Texas Wherever used in this endorsement:1)Insurer means “we”,“us”,“our”or the “Company”as those terms may be defined in the policy;and 2)Named Insured means the first person or entity named on the declarations page;and 3)“Insureds” means all persons or entities afforded coverage under the policy. Any cancellation,non-renewal or termination provisions in the policy are deleted in their entirety and replaced with the following: CANCELLATION AND NON-RENEWAL A.CANCELLATION 1.The Named Insured may cancel the policy at any time.To do so,the Named Insured must return the policy to the Insurer or any of its authorized representatives,indicating the effective date of cancellation; or provide a written notice to the Insurer,stating when the cancellation is to be effective. 2.Unless the policy is a renewal,the Insurer has the right to cancel this policy at any time and for any reason within the first sixty (60)days.Notice of cancellation must be mailed at least ten (10)days prior to the effective date of such cancellation to the Named Insured at the address shown on the policy. 3.After this policy has been in effect for sixty (60)days or more,or if it is a renewal or continuation of a policy issued by the Insurer,it may be canceled for one or more of the following reasons: a.Non-payment of premium. b.Fraud in obtaining coverage c.Increase in hazard,within the insured’s control,that produces a rate increase. d.Loss of reinsurance,covering all or part of the risk covered by the policy;or e.If the Insurer is placed in supervision,conservatorship,or receivership and the cancellation is approved or directed by the supervisor,conservator or receiver. Written notice of cancellation must be mailed or delivered to the Named Insured at the last mailing address known to the Insurer at least sixty (60)days prior to the effective date of such cancellation.The grounds for such cancellation shall also be stated.If the Insurer cancels for non-payment of premium, notice of cancellation will be mailed at least fourteen (14)days prior to the effective date of such cancellation. 4.Notice of cancellation will state the date the cancellation is effective.The Policy will end on that date.If notice is mailed,proof of mailing will be sufficient proof of notice. B.PREMIUM REFUND If this policy is cancelled,the Insurer will send the Named Insured any premium refund due.If the Insurer cancels the refund will be pro rata.If the Named Insured cancels,the refund may be less than pro rata.The cancellation will be effective even if the Insurer has not made or offered a refund. C.NON-RENEWAL 1.Insurer can non-renew the policy by mailing or delivering advance written notice to the Named Insured,at the last mailing address known to the Insurer,at least sixty (60)days before the expiration date.The notice shall include the reason for such nonrenewal. 6045409786CNA62814TX(9-12)Policy No: 7Page1of2EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 2 CNA PARAMOUNT Cancellation /Non-Renewal –Texas 2.If the Insurer fails to provide the required renewal notice,coverage shall remain in effect until the 61st day after the date on which notice is delivered or mailed.The earned premium for any period of coverage that extends beyond the expiration date of this policy shall be computed pro-rata based on the previous year’s rate. A transfer of a policyholder between two admitted companies within the same insurance group is not considered a refusal to renew. D.OTHER CANCELLATION/NONRENEWAL PROVISIONS The Insurer may not cancel or non-renew based solely on the fact that the Insured is an elected official. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA62814TX(9-12)Policy No: 7Page2of2EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. CNA PARAMOUNT Calculation of Premium Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART It is understood and agreed that the following is added: The premium shown in the Declarations was computed based on rates in effect at the time the policy was issued.On each renewal,continuation,or anniversary of the effective date of this policy,the Insurer will compute the premium in accordance with the Insurer’s rates and rules then in effect. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74726XX(1-15)Policy No: 8Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 3 CNA PARAMOUNT Duties Endorsement -Texas This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART DutiesItisunderstoodandagreedthatthefollowingisaddedtotheconditionentitled: First Named InsuredTheInsurerwillnotifythe in writing of: 1.claims InsuredAninitialoffertosettlemadeagainstany under this coverage.The notice will be given not later than the 10th day after the date on which the offer is made. 2.claims InsuredAnysettlementofmadeagainstthe under this coverage.The notice will be given not later than the 30th day after the date of the settlement. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74904TX(1-15)Policy No: 9Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 4 CNA PARAMOUNT Asbestos Exclusion Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM RAILROAD PROTECTIVE LIABILITY COVERAGE FORM SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY –NEW YORK STOP GAP COVERAGE PART It is understood and agreed that the following exclusion is added: This insurance does not apply to: A.bodily injury property damage personal and advertising injury,or arising out of the actual,alleged or threatened asbestosexposureatanytimeto;or B.any loss,cost or expense that may be awarded or incurred: 1.claim bodily injury property damage personal and advertising injurybyreasonofaforany,or arising out of asbestostheactual,alleged or threatened exposure at any time to ;or 2.in complying with a governmental direction or request to test for,monitor,clean up,remove,contain or dispose of asbestos. asbestosAsusedherein,means the mineral in any form whether or not the asbestos was at any time: i.airborne as a fiber,particle or dust; ii.contained in or formed a part of a product,structure or other real or personal property; iii.carried on clothing; iv.inhaled or ingested;or v.transmitted by any other means. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74719XX(1-15)Policy No: 10Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 5 CNA PARAMOUNT Nuclear Energy Liability Exclusion Endorsement (Broad Form) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART It is understood and agreed that the policy is amended as follows: I.The insurance does not apply: A.bodily injury property damageunderanyLiabilityCoverage,to or : 1.Insured Insuredwithrespecttowhichanunderthepolicyisalsoan under a nuclear energy liability policy issued by Nuclear Energy Liability Insurance Association,Mutual Atomic Energy Liability Underwriters, InsuredNuclearInsuranceAssociationofCanadaoranyoftheirsuccessors,or would be an under any such policy but for its termination upon exhaustion of its limit of liability;or 2.hazardous properties nuclear materialresultingfromtheof and with respect to which a.any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954,or any law amendatory thereof,or b.Insuredthe is,or had this policy not been issued would be,entitled to indemnity from the United States of America,or any agency thereof,under any agreement entered into by the United States of America,or any agency thereof,with any person or organization. B.bodily injuryunderanyMedicalPaymentscoverage,to expenses incurred with respect to resulting from the hazardous properties nuclear material nuclear facilityofandarisingoutoftheoperationofa by any person or organization. C.bodily injury property damage hazardous propertiesunderanyLiabilityCoverage,to or resulting from of nuclear material,if: 1.nuclear materialthe a.nuclear facility Insuredisatanyownedby,or operated by or on behalf of,an or b.has been discharged or dispersed therefrom; 2.nuclear material spent fuel wastetheiscontainedinor at any time possessed,handled,used,processed, Insuredstored,transported or disposed of,by or on behalf of an ;or 3.bodily injury property damage Insuredtheorarisesoutofthefurnishingbyan of services,materials,parts nuclearorequipmentinconnectionwiththeplanning,construction,maintenance,operation or use of any facility,but if such facility is located within the United States of America,its territories or possessions or 3.property damage nuclear facilityCanada,this exclusion applies only to to such and any property thereat. II.As used in this endorsement: Hazardous properties includes radioactive,toxic or explosive properties. Nuclear material source material special nuclear material by-product materialmeans,or . Source material special nuclear material by-product material,,and have the meanings given them in the Atomic Energy Act of 1954 or in any law amendatory thereof. 6045409786CNA74727XX(1-15)Policy No: 11Page1of2EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 6 CNA PARAMOUNT Nuclear Energy Liability Exclusion Endorsement (Broad Form) Spent fuel means any fuel element or fuel component,solid or liquid,which has been used or exposed to radiation in nuclear reactora. Waste means any waste material: A.containing by-product material other than the tailings or wastes produced by the extraction or concentration of source materialuraniumorthoriumfromanyoreprocessedprimarilyforits content,and B.nuclear facilityresultingfromtheoperationbyanypersonororganizationofany included under the first two nuclear facilityparagraphsofthedefinitionof. Nuclear facility means: A.nuclear reactorany; B.any equipment or device designed or used for 1.separating the isotopes of uranium or plutonium, 2.spent fuelprocessingorutilizing,or 3.wastehandling,processing or packaging ; C.special nuclear materialanyequipmentordeviceusedfortheprocessing,fabricating or alloying of if at any time Insuredthetotalamountofsuchmaterialinthecustodyofthe at the premises where such equipment or device is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof,or more than 250 grams of uranium 235; D.wasteanystructure,basin,excavation,premises or place prepared or used for the storage or disposal of ; and includes the site on which any of the foregoing is located,all operations conducted on such site and all premises used for such operations. Nuclear reactor means any apparatus designed or used to sustain nuclear fission in a self-supporting chain reaction or to contain a critical mass of fissionable material. Property damage includes all forms of radioactive contamination of property. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74727XX(1-15)Policy No: 11Page2of2EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA PARAMOUNT Exclusion of Certified Acts of Terrorism Endorsement Solely with respect to the following coverage parts: Owners and Contractors Protective Liability It is understood and agreed as follows: Named Insured certified acts ofThehasbeenpreviouslynotifiedoftheavailabilityofandthepriceforcoverageof terrorism Named InsuredundertheTerrorismRiskInsuranceAct,as extended and reauthorized (the "Act").The has coverage partoptedtoexcludesuchcoverageunderany to which this endorsement is applicable.This endorsement certified acts of terrorismexcludessuch. I.The following exclusion is added: Terrorism any injury or damage certified act ofThisinsurancedoesnotapplytoarising,directly or indirectly,out of a terrorism. II.The following new definitions are added to the policy: A.any injury or damageForthepurposesofthisendorsement,means any injury or damage covered under any coverage part bodily injury propertytowhichthisendorsementisapplicable,and includes but is not limited to , damage personal and advertising injury coverage part,or as may be defined in any applicable . B.Certified act of terrorism means an act that is certified by the Secretary of the Treasury,in consultation with the Secretary of Homeland Security and the Attorney General of the United States,to be an act of terrorism pursuant certified act of terrorismtotheAct.The Act set forth the following criteria for a : 1.The act resulted in aggregate losses in excess of $5 million;and 2.The act is a violent act or an act that is dangerous to human life,property or infrastructure and is committed by an individual or individuals as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. III.The terms and limitations of any terrorism exclusion,or the inapplicability or omission of a terrorism exclusion,do not coverage partservetocreatecoverageforinjuryordamagethatisotherwiseexcludedunderthis or policy. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6045409786CNA74926XX(2-15)Policy No: 12Page1of1EndorsementNo: CONTINENTAL CASUALTY COMPANY 10/24/2016EffectiveDate: CITY OF CORPUS CHRISTI-ENGINEERING SERVICESInsuredName: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 7 333 S Wabash Chicago,Illinois 60604 Policy Number Policy Period Coverage Is Provided By AgencyFromTo C6045409786 10/24/16 10/24/17 Continental Casualty Company 045702360 Named Insured And Address Agent CITY OF CORPUS CHRISTI-ENGINEERING BORDEN INSURANCE SERVICES 210 SOUTH CARANCAHUA P.O.Box 2643 PO BOX 1066 (78403) Corpus Christi,TX 78403 CORPUS CHRISTI,TX 78401 **PAYMENT PLAN SCHEDULE ** THE BILLING FOR THIS POLICY WILL BE FORWARDED TO YOU DIRECTLY FROM CNA. THE PREMIUM AMOUNT FOR THIS TRANSACTION IS $3,081.00 . THIS PREMIUM WILL BE INVOICED BY CNA ON A SEPARATE STATEMENT ACCORDING TO THE PAYMENT OPTION YOU SELECT. ISSUE DATE 10/26/16 END OF COPY 50 0 2 0 0 0 8 6 6 0 4 5 4 0 9 7 8 6 0 1 1 9